Loading...
HomeMy WebLinkAboutPW18-357 - Original - Road Construction Northwest, Inc. - S 228th St Union Pacific Railroad Underground Utilities - 09/13/2018 �.•/ KENT Records Management Document CONTRACT COVER SHEET This its to be connpieted lby the Contract Manager prior to .submission to the City Clleirk°s Office, All portions are to be compieted. If you have questions, Ipiease contact the City Cierk's Office at 253-856-5725„ ® Blue/Motion Sheet Attached ® Pink Sheet Attached Vendor Name: Road Construction Northwest, Inc. Vendor Number (JDE): Contract Number (City Clerk): 9VV Category: Contract Agreement Sub-Category (if applicable) Project Name: S. 2281h St. Union Pacific Railroad Underqround Utilities Contract Execution Date: Date of the Mayor's signature Termination Date: 60 working days Contract Manager: Susanne Smith Department: PW: Engineering Contract Amount: $1.923,246.25 Approval Authority: ❑ Director ❑ Mayor ® City Council Other Details: This proiect consists of sliDlinino an existino 72" storm DiDe with 60" HDPE pipe, open trench storm sewer replacement, excavation and installation of conduits andvaults f11 cir a j,1. oint utility 11 trench frorn 76`" Ave. S. to the Union Pacific Railroad, and surface restoration-.- ..... _. ........ m,�. 10�e ���� ��4' \ 4� p\���� 'n m�11�111 l m w {IN�IA �V 0� iN `om' hdti� � '' 0� �. � �.ai� �Y � OIN rm 1`11ll omi ��,� ��� .., � �, Nb ' �i�u p �M ' m I�i ° Wi:'. �� ��,a �°�. i U�dwF' N P4u .d�ii�W� 'h�VG .�r���� '_ "' IW dC� fi"^ '�oNN„� IUU����"�11\II �r 1tN�u iflu� �u�giCm�i U� �uo�1 "� ��1(�����hPa�n �tigi�`�orm�x� 1 ,� � a u v'. �� I a m ��� � 1 �1� I �I �� 1� a �� �IV VI, �M u�. w,.Jw. 1i.1� siu i Goy �np�va��� uw���i �� � �� gnu A I o��.,u�� � I����� Y �� �r�»1� �i� ��i qs�� io bu �� a �� �i ��u �� o N �� ,� w� � i� p i pN 4��y ti �� at t ��1��� �� �ti� M� min on �� a� ��,,, �, 1���. ��� �Bm �� A�� nuu�� ��"N�����P„,111U� 1�u�� iaa n����� PUBLIC WORKS DEPARTMENT Timothy]. LaPorte, P.E. Public Works Director S 400 West Gowe KENT Kent, WA 98032 w,a ' T°N Fax: 253-856-6500 PHONE. 253IT856-58 wd0 um�mirrww+wumauwrirovw.mwrrmmumm uwmnuu 0 CITY OF KENT KING COUNTY, WASHINGTON S, 228th St. Union Pacific Railroad Underground Utilities Project Number: 07-3022 ADDENDUM No. 1 August 9, 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 CHANCES AIRE REFLECTED IN FLED I - BIDDER'S DOCUMENTS SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. OUANTITY PRICE AMOUNT 4096 7-05.5 1 HDPE Class 160 — 96 Inch ID $ $ KSP EACH Manhole t -1-8 10 Foot Tall Per EA 4110 7-05.5 -3 5 Circular Frame (Ring) and $ $ KSP EACH Cover, Type 2 Per EA 4177 2-03.5 150 Unsuitable Foundation $ $ WSDOT CU YDS Excavation Including Haul Per CY II._- KENT SPECIAL PROVISIONS 0 Page 1-10 - Section 1-05.4 - Cooperation With Other Contractors v REilISE the Details of known projects as follows: Y ip� Mayor Dana Ralph I Details of known projects are as follows: Puget Sound Energy (PSE) and CenturyllLink will he relocating utilllties. The Contractor shalll coordinate with them and their contractors, CIPP Inning irnay be iinstalled in the tl inch sewer line along the unorth side of S 228k" Street. The Contractor shall cooperate and coordinate with the li,¢PP contractor, Page 7-4 — Section 7-04.2 — Materials REVISE the list of pipe types and materials as follows: Reinforced Concrete( Pipe (RCP) Class IV ................._9-05.7(2) PVC Pie 9-05.12 1 Ductile Iron Pipe Class 50 (Unlined) ............... _........9-05.13 High Density Polyethylene (HDPE) Pipe......_..............9 9§ 7-04.3(1) Annular Space Grouting...........................................9-19.0 Steel Casing Pipe....................................................9-29.1(7) Fittings for Ductile Iron Pipe .....................................9-30.2 Page 7-4 — Section 7-04.3(1)A1 — Specification and Requirements for High- Density Polyethylene (HDPE) Pipe and Fittings REVISE the first paragraph as follows: This specification covers requirements for the Single Closed pProfile (SCP) wall' high- density polyethylene (HDPE) pipe and fittings for the storm sewer pipe. Spirolite SCP (,Single Closed Profile) meets this specification, ADD item and RENUMBER the existing items 1 and 2 as follows: I. Prior to ordering pipe materials the contractor shall investigate the condition of the interior of the host pipe to ensure compatibility with the sliplirning HDPE pipe, 1-.2. The installation and construction of the high-density polyethylene (HDPE) storm sewer pipe and fittings shall be performed in accordance with the manufacturer specifications as shown on the plans and as directed by the Project Engineer. 2.3. All work shall be inspected by an Authorized Representative of the fawner who shall have the authority to halt construction if, in his opinion, these specifications or standard construction practices are not being followed. Whenever any portion of these specifications is violated, the Project Engineer or his Authorized Representative, shall, by written notice, order further construction to cease until all deficiencies are corrected. 2 ADD item 3 to the Trenchless Pipe Installation Submittals - Construction and Supervision Experience. 3, The Contractor shall submit a trenchless Installation plan, REVISE item 1 under High Density Polyethylene (HDPE) Pipe and Fittings - Qualification of Manufacturers as follows: 1. Single Closed Profile (SCP) wall high density polyethylene (HDPE) pipe and fittings shall be furnished by a manufacturer with a minimum of 10 years' experience in the United States in the manufacture of profilewall SCP polyethylene pipe meeting ASTM F 894 and HDPE fittings fabricated from pipe meeting ASTM F 894 requirements with a cell classification of 445574C per ASTM D-3350. Upon request, a manufacturer's physical property data sheet shall be supplied. ADD item 3 and RENUMBER the second item 1 to the HDPE Pipe and Fitting Jointing Requirements as follows: 3. Joint Deflection without leakage shall be no less than 2.5 degrees, 1:4. Flanged connections: Option A, HDPE Plate Flange to be drilled in field to match mating hole pattern: Option B, Wound Flange with back-up ring meeting an ANSI 616.1, 125-lb. drilling pattern. Flange gaskets shall be full faced, 3/8-in. thick rubber or elastometer of 60-durometer hardness. Page 7-9 - Section 7-04.5 - Payment ICDEII..ETIE the following from this section: F }I�F,Ld 4(7f3 }2d+c1,.KhPca64 s I3C4. t I lnEE1 I nNt ff '" ADD the following to this section: The unit contract price per each for ",)j pP .42"_9 l 9QL i qj x g.d §0 Inch gyp°" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the HDPE pipe sections at the locations shown on the plans and described in the specification, The bid item Price includes, but is not limited to, any additional trench excavation; hauling; dewatering; backfill and compaction (when native material is to be used), couplings, gaskets, fittings and connection to existing 60 inch CHIP with CMP flange adapter, Additional costs for overtime work when working on weekends will be included in the unit price. Page 7-10 - Section 7-05.1 - Description DELETE this section in its entirety. PP 9 w 3 This-work-eo vaufts-, and ffkinho-les,em-shown en the A I rn a nh(i tes-mid-eat'-Fh b,as,44cT4 a4l a4se b­P­(,",,'onstrueLed4-& imndu,4e4he--Eletefttk*n,vault,,F fiker-systems- Page 7-11 - Section 7-05.2 - Materials ADD the following sentence to the end of the first paragraph Spirolite meets this specification. DELETE paragraphs 3 through 13 from this section, to preeaqt Kems�, ancl-:flow! Th e AiIII-eonsIst ofK+C Refe fill protect"i've hood-ovef-the-ffared.je oi� surface seff--efeanjrKj rnecAafiiem to e-ef-4he-filtef--rne&a-and-to f ed­c+ee4N-iK--(,-,t+m u-[�atRm-of ma tefA ak an4he-eartri Fa ee.- Rter wiffi, a- &PhOff- misceillftneetis altmlin-um.; system or an,approved a4teq-i'iate-seLtrf.e F+lker rredrus Shafl -4 f kJe feflowing, PeMte Keehair Rter­-me&,�-shall be gr-afi++Braf-'-',—KE�CBEs-51,1,efl,l._bC-dfy at-tsar—hr-ne-of 4( e-SG j_'K on a U;so 4 deeffkletfs leavesT -Filter medira 404-o4iO--+lag+1 Zealite--Media- has density ra fig ing-fie Pin-444e-48H4#W7­PaFtj<-'4e-si?,es--rang41g4 rern-t at passing--through and-e-cation exchange--czipacjty-fa+ girl (GAC)-shall-bi,--Fnac4eGf-11,9rlite coax;-that-lias The-GAG -hmwe-a-bul I<-denaity-fe riging f,Farn...Z8 to 31 through -a U--,S7-St'ai!fd'ard- 4 4 sieve to that Pe-48­scie'�rre7 2-eta itL-&Fana[a r-,AeUva te-Garbe n­-(Z PG)-_-ZP - x<-4 al kbo eompe5ed-of-a -1.3 ft tuf+�-ef-9(.)O/6--Zeal4te-(see, jboVcL)x)nd-l-(-)"/o--Grrli%ii-af Aetfivaleel Garbon Page 7-12 - Section 7-05.3 - Construction Requirements REVISE the first paragraph as follows: All manholes and catch basins shall be precast concrete units and shall conform to Kent Standard Plans 4-1, 4-2, 5-1 and 5-204 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 4-2. DELE"rE the third paragraph from this section: of the-sewer of-the-pipe. OwIves, afid Pick fini4ied eu+side�md­inside,, after fffsta-4atiefl- REVISE the seventh paragraph as follows: Miscellaneous catch basin details shall be in accordance with Kent Standard Plan 5-31H. DELETE the Storm Filter Manholes requirements from this section: St_ 4f4he ther-nn-an#ieksectiorfs-ttqirtg eafitanninaben4rom the-sate-entering--thf-box,--Alt in-place­- 5 The filter -with a- minifnLtm-+G�i�jch Only-the-tempefary-wooden operation, and maintenance manuals for the system. Page 7-18 - Section 7-05.5 - Payment DELETE "HDPE C|335 160 - 96 Inch ID Manhole ± 18 Foot Tall" and REVISE the payment description as follows: ^ D " | D8 unit contract price per each for the above items constitutes complete compensation to furnish all labor, materials, tools, supplies, and equipment necessary to provide and install the manhole with bell and spigot stub-outs tOfinal finished grade anshown 00 the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, shoring, devV8teriny/ installing the nnaOhOl9/ connecting new or 9Xi5hAg pipes, hackhUing, connpJCdDq, and surface restoration, 6 ADD the following to this section: The unit contract Price per each for °`f-Ippk C q2g talc - 2§ Iticillpp j p �k 1 :�mt Tall" constitutes complete compensation to furnish all labor, materials, tools, supplies, and equipment necessary to Provide and Install the manhole with hell and spigot stub- outs to existing grade with removable top to accommodate future finished ground as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, shoring, dewatering, Installing the manhole, connecting new or existing pipes, backfilling, compacting, and surface restoration. Page 8-23 - Section 8-32.2 - Materials REVISE this section as follows: The backfill material for trench and vault excavations shall conform to the requirements of tc I: rrr--sfxail He-rt_e:xreet-k-4-ffEbes Crushed Surfacing Top course, 5/8 Inch Minus. III - PLANS ADD to plan sheet 5 of 10: In the plan view at station 0+33.92 next to bid item #4115, add bid item #4030. REVISE note 2 as follows: For sliplining pipe segments, the contractor shall confirm the inside dimension of the host Pipe to ensure compatibility with the sliplining pipe prior to ordering pipe, parts and supplies, and beginning storm work. The existing storm drain has 1'-2' of sediment. All sediment shall be removed from the 72" storm drain identified to remain. REMOVE from plan sheet 6 of 10: In the profile view at station 9+12 f remove bid item #4030. END OF ADDENDUM No. 1 Chad Bleren, P.E. Date Deputy Director/City Engineer 7 i INDEX Section 1 Bidder's Package Section 2 Payment and Performance Bond and Contract Section 3 Talb�le of Contents Section 4 Kent Special Provisions Section 5 Kent Standard Plans Section 6 WSDQT Standard Plans Section 7 Traffic Control Plans Section 8 Geotechnical Reports Section 3 Project Sign Section 10 King County Wastewater Treatment Division General Letter of Authorization Section 11 Contractor's Right of Entry Agreement Section 12 Prevailing Wage Rates PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. Public Works Director 400 West Gowe �00My� Kent, WA 98032 "uaem-mo`o K T Fax: 253-856-6500 W A_HI N0 T 0 N PHONE: 253-856-5500 u6ft)UAU,a ,�xia'u��vw�wo CITY OF KENT KING COUNTY, WASHINGTON S. 2281h St. Union Pacific Railroad Underground Utilities Project Number: 07-3022 ADDENDUM No. 2 August 14, 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,,.l,,, CII...IAN IE,S ARE REFLECTED IN REID I - KENT SPECIAL PROVISIONS Page 7-4 - Section 7-04.3(1)A1 - Specification and Requirements for High- Density Polyethylene (HDPE) Pipe and Fittings REVISE items 4 and 5 under High Density Polyethylene (HDPE) Pipe and Fittings - Qualification of Manufacturers as follows: 4. Polyethylene pipe shall be manufactured in accordance with ASTM F 894 and shall have integral bell and spigot joints meeting ASTM D 3212 o slt tfN l:�t iriz ia7 esteied f'rrr €iefdjofrrtrug. 5. Polyethylene fittings shall be fabricated from sections of pipe meeting ASTM F 894 using extrusion welding. Fittings shall be constructed with integral bell and spigot joints that are compatible with the pipe-er-4 all be-pkln er-ode d l )f field-jerraing. RIPS"ANISE item 1 under HDPE Pipe and Fitting Jointing Requirements as follows: 1, Field joining shall be by bell and spigot joints meeting ASTM D 3212 that are sealed using an elastomeric profile gasket that fits in a machined circumferential groove in the spigot, or by gasketed flanges r-by-f'leNd-fL:�ie�r't. 0 m 3 c v Y G Mayor Dana 1 Page 7-11 — Section 7-05.2 — Materials REVISE the first paragraph as follows: HIDPE Class 1.60 96 Iinch I'D manhoies shall Ilhe constructed of solliid FIDPE (ino, pirofllle mainholes allowed)„ Polyethylene Materials used to manufacture the imanhole pipe and fittings shall be high density, extra high molecular weight polyethylene material, having a minimum cell classification of 445574C according to ASTM D 3350 and a Hydrostatic Design Basis (HDB) of 1600 psi (at 73 degrees F) according to ASTM D 2837. Pipe Manufacturer shall only use resins listed in the Plastic Pipe Institute's TR 4. Clean rework material, generated by the manufacturer's own production may be used as long as the pipe produced meets the applicable requirements of this section. Spirolite meets this specification. END OF ADDENDUM No. 2 Chad Bieren, P.E. Date Deputy Director/City Engineer 2 CIT"'hf" OF KENT KING COUNTY, WASHINGTON KENVT SPECIAL PROVISIONS FOR S. "' 2 t" St. Union Pacific Railroad Underground iUtilities Project Number: 07-3022 BIDS ACCEPTED UNTIL BID OPENING August 15, 2018 August 15,, 2018 10:45 A.M. 11:00 A.M. DE'LIYER TO CITY OF KE°fyNT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. A.All/ PUBLIC WORKS DIRECTOR ov. WA 0+ � o 41837 I NT WASHINGTON BIDDER'S NAME Road Construction Northwest, Inc. CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR. S. 2281" St. Union Pacific Railroad Underground Utilities Project Number: 07-3022 BIDS ACCEPTED UNTIL BID OPENING August 15, 2018 August 15, 2018 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF' KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY 1. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENTT W A 5 H I N c 1 0 N 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 Traffic Control Plans Geotechnical Reports Project Sign King County Wastewater Treatment Division General Letter of Authorization Contractor's Right of Entry Agreement 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 15, 2018 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named as follows: S. 228t" St. Union Pacific Railroad Underground Utilities Project Number: 07-3022 The project consists of sliplining an existing 72" storm pipe with 60" HDPE pipe, open trench storm sewer replacement, excavation and installation of conduits and vaults for a joint utility trench from 761h Ave. S. to the Union Pacific Railroad, and surface restoration. The Engineer's estimated range for this project is approximately $1,500,000 to $2,000,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Susanne Smith at 253-856- 5553. 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. Plans and specifications can be downloaded at no charge at tg,*t)_t? f apwj,0girv&J) rocurennent. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening, Dated this 315t day of July, 2018. BY: Kimberley A,(Kj)moto, City Clerl"< Published in Daily Journal of Commerce on August 1 and 8, 2018. CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) 8-15-18 Date This statement relates to a proposed contract with the City of Kent named S. 228th St. Union Pacific Railroad Underground Utilities Project Number: 07-3022 I am the undersigned bidder or prospective contractor. I represent that - 1. I x have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. Road Construction Northwest ,Inc. NAME OF BIDDER �:. .,. SrI,E, T, Ly �" k F �ire . Kanyer - President PO Box 2228 Renton, WA 98056 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) S. 228" St. UPRR Underground Utilities/Smith 1 July 31, 2018 Project Number: 07-3022 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract, I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract, the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: � For: Road'lfu tiallorthwest, Inc. Title: ffrey M. Kanyer - President 8-15-18 Date: S. 228" St. UPRR Underground Utilities/Smith 2 July 31, 2018 Project Number: 07-3022 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. S. 228" St. UPRR Underground Utilities/Smith 3 July 31, 2018 Project Number: 07-3022 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as S. 2281h St. Union Pacific Railroad Underground Utilities/Project Number: 07-3022 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: For: Title: Date: S. 228`" St. UPRR Underground Utilities/Smith 4 July 31, 2018 Project Number: 07-3022 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Road Construction Northwest, Inc. has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named S. 228`h St. Union Pacific Railroad Underground Utilities/Project Number: 07-3022 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. S. 228" St. UPRR Underground Utilities/Smith 5 July 31, 2018 Project Number: 07-3022 SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $ �)"�"0ol", $ 0 WSDOT LUMP SUM Per LS 1010 2-02.5 600 Remove Existing Asphalt $ 15'110 * KSP SQ YDS Concrete Pavement Per SY 1015 2-02.5 20 Remove Existing Reinforced $ '37�lear $ ✓, J G'� KSP SQ YDS Cement Concrete Driveway/ Per SY Pavement 1020 2-02.5 100 Remove Cement Concrete $ 17", $ M 7DC7,00 KSP SQ YDS Sidewalk Per SY 1025 2-02.5 350 Remove Cement Concrete $ -" $ J (0d, KSP LN FT Curb and Gutter Per LF 1030 2-02.5 370 Remove Cement Concrete $ 0 01) $ KSP LN FT Extruded Curb Per LF r�1 1050 2-02.5 1,220 Saw Cut Existing Asphalt $ .� ' $ KSP LN FT Concrete Pavement Per LF 1055 2-02.5 50 Saw Cut Existing Cement $ 0 - $ , KSP LN FT Concrete Pavement Per LF * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. S. 2281h St. UPRR Underground Utilities/Smith 6 July 31, 2018 Project Number: 07-3022 SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1060 2-03.5 250 Roadway Excavation Incl, $ D $ L WSDOT CU YDS Haul Per CY 1065 4-03.5 500 Gravel Borrow, Including Haul $ KSP TONS and Compaction Per TON 1080 4-04.5 500 Crushed Surfacing Top $ �5 7,'00 $ �j-00 10 r * KSP TONS Course, 5/8 Inch Minus Per TON „E $6,00 Min 1095 5-04.5 200 HMA Class 1/2", PG58V-22 $ �1 $ 0�1JG6p.� * KSP TONS Per TON 1125 5-04.5 20 Hot Plant Mix for Temporary $ , JJ $ ' G to KSP TONS Pavement Patch Per TON 1205 8-04.5 350 Cement Concrete Curb and $ L fU. P $ KSP LN FT Gutter Per LF 1210 8-04.5 370 Cement Concrete Extruded $ fip ,° $ i 7 • KSP LN FT Curb Per LF 1220 7-05.5 1 Adjust Existing Catch Basin $ '7 1 $ 7 d KSP EACH Grate or Curb Inlet Grate to Per EA Finished Grade 1270 8-12.5 75 Temporary 6 Foot Chain Link $ �r . $ /JS KSP LN FT Fence Per LF * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. S. 228" St. UPRR Underground Utilities/Smith 7 July 31, 2018 Project Number: 07-3022 SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT ` ,�a � 1272 8-12.5 75 Remove Fence and Gates $ �?,t0 C$ m, KSP LN FT Per LF 1275 8-12.5 75 Chain Link Fence Type 3(o Y P 3 $ � $ WSDOT LN FT Per LF 1296 8-18.5 2 Remove and Reset Existing $ ��KSP EACH Mailbox Pert IEA 1310 8-28.5 1 Pothole Water Main Casing $ �rL $ KSP EACH Per EA 1315 8-28.5 10 Pothole Utilities $ e� * KSP EACH Per EA 1316 8-30.5 2 Project Sign Fabrication and $ —15011v" $ 1/ , KSP EACH Installation Per EA 1355 1-04.4(1) 1 Minor Changes $10,000.00** $10,000.00 WSDOT CALC Per CALC "Common price to all bidders 1360 8-03.5 1 Existing Irrigation System $5,000.00— $5,000.00 KSP FORCE Removal, Repair and/or Per FA ACCOUNT Modification "Common price to all bidders * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. } Schedule I Total $, -24r j b� . S. 2281h St. UPRR Underground Utilities/Smith 8 July 31, 2018 Project Number: 07-3022 SCHEDULE III - JOINT UTILITY TRENCH ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3010 8-32.5 630 Joint Utility Trench $ 15a®� $ Vr7� a(�-� KSP LN FT (3 Ft. Wide, 3 Ft. Min. Cover) Per LF 3014 8-32.5 300 Joint Utility Trench $ CPS". $ � KSP LN FT (2 Ft. Wide, 3 Ft. Min. Cover) Per LF 3015 2-02.5 300 Remove Existing Asphalt $ 1 0 * KSP SQ YDS Concrete Pavement PerISY 3017 4-04.5 550 Crushed Surfacing Top $ t{�rd $ * KSP TONS Course, 5/8 Inch Minus Per TON 3020 8-32.5 350 Sand for Conduit Bedding $ �� . $ KSP TONS Per TON 3050 8-32.5 3 Comcast - Vault Excavation $ ,� ID � $ ��(�,��' KSP EACH and Installation (264-TA) Per LEA P 3051 8-32.5 1,600 Comcast - Installation and $ $ &Ta ZP KSP LN FT Proofing of 4 Inch Diameter Per LF Comcast Conduit 00 3090 8-32.5 870 Zayo - Installation and $ /� $ 7 ( KSP LN FT Proofing of 4 Inch Diameter Peki"as Zayo Conduit 3110 2-09.5 50 Controlled Density Fill $ Pjj"L% $ 7 7 WSDOT CU YDS Per CY The description of this bid item is identical to a bid item(s) found in more than one schedule. * In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. S. 228" St. UPRR Underground Utilities/Smith 9 July 31, 2018 Project Number: 07-3022 SCHEDULE III — JOINT UTILITY TRENCH ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3125 5-04.5 70 HMA Class 1/2", PG58V-22 $ 9L ere, $ * KSP TONS Per TON 1 ................_......._._........................................._ __ ......._.. - _ 3155 2 09.5 4,000 Shoring or Extra Excavation $ � � * WSDOT SQ FT Class B Per SF 3315 8-28.5 25 Pothole Utilities d KSP EACH Per�EA $ E�1SCs"� 3355 1-04.4(1) 1 Minor Changes $10,000.00** $10,000.00 WSDOT FORCE Per FA ACCOUNT "Common price to all bidders * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. s Schedule III Total $ P 0'i 60 �0 46 P S. 228'" St. UPRR Underground Utilities/Smith 10 July 31, 2018 Project Number: 07-3022 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4000 7-04.5 20 Ductile Iron Storm Sewer KSP LN FT Pipe, 12 Inch Diameter Per LF 4010 7-04.5 4 Connect Existing 12 Inch Pipe KSP EACH to New 60 Inch HOPE Pipe Per EA Slipline 4013 7-04.5 3 Connect Existing 18 Inch Pipe KSP EACH to New 60 Inch HDPE Pipe Per EA Slipline 4015 7-04.5 600 Slipline 72 Inch CMP Storm $ ,7�6`U KSP LN FT Sewer Pipe with HOPE Storm Per LF r Sewer Pipe, Class 400, 60 Inch Diameter 4020 7-04.5 45 Ductile Iron Storm Sewer $ ; iapv KSP LN FT Pipe, 18 Inch Diameter Per LF (2r 4030 7-04.5 1 HDPE Class 400 Solid Wall $ )(, Svc' $ KSP EACH Beveled Spool with Bell End, Per EA 60 Inch ID 4031 7-04.5 1 HDPE Class 400 Solid Wall $ X 30, c $ U eau KSP EACH Spool Spigot x Flanged End, Per Ek 60 Inch ID 10 4035 7-20.5 2 Supply and Install Steel Plates $ ( $ 7? e2 K00 KSP EACH Per EA 4040 7-06.5 1 Temporary Storm Sewer $50,000.00*= $50,000.00 KSP FORCE Drainage Bypass Per FA ACCOUNT **Common price to all bidders u 4045 7-04.5 350 HDPE Storm Sewer Pipe, $ (u add u $ KSP LN FT Class 400, 60 Inch Diameter Per LF S. 228" St. UPRR Underground Utilities/Smith 11 July 31, 2018 Project Number: 07-3022 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 00 4065 7-04.5 1 HDPE Storm Sewer Pipe Bend $ $ �6y" km A KSP EACH (60" x 60" x 36"), Class 400, Per ESA 2-Seg, 45 Degree MH 4066 7-04.5 1 HDPE Storm Sewer Pipe Bend $ rr� ' $ ( ( 7� `dam KSP EACH (60" x 60" x 36"), Class 400, Per EA 3-Seg, 75 Degree MH 4090 7-05.5 1 HDPE Class 160 - 96 Inch ID $ Wp(oz�'$ '764%— KSP EACH Manhole f 11 Foot Tall Per EA 4� 4096 7-05.5 1 HDPE Class 160 - 96 Inch ID $"Z C61 601 $ '1 KSP EACH Manhole f 1 Foot Tall Per EA io 4097 7-05.5 1 Catch Basin, Type 2 - 96 Inch $ 6 ) ao $ �60 OW KSP EACH Diameter Per -CIA 4110 7-05.5 Circular Frame (Ring) and $ $ 3,, 37 ` KSP EACH Cover, Type 2 Per EA ................... 4115 7-05.5 1 60 Inch Trash Screen for $ 7,y[ , $ -71 `1-cIa � KSP EACH Storm Pipe Per EA 4130 7-08.5 1 Abandon Existing 30" $ r $ �r5�-00 KSP EACH Storm Sewer Pipe Per EA ,r� 4135 2-02.5 400 Remove Existing 72" Storm $ t b" $ l ' KSP LN FT Sewer Pipe or Culvert Per LF 4140 2-02.5 40 Remove Existing Storm Sewer $ B o $ ��j e KSP LN FT Pipe or Culvert Per LF S. 228" St. UPRR Underground Utilities/Smith 12 July 31, 2018 Project Number: 07-3022 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4147 7-04.5 1 Storm Sewer Pipe Connection p $ 0,4m PO�dC1l;c KSP EACH Per EA �. QV-- �� oa 4150 2-09.5 10,000 Shoring or Extra Excavation $ * WSDOT SQ FT Class B Per SF 4170 7-08.5 1,500 Pipe Zone Bedding $ l(1. $ I �W KSP TONS Per TON 4175 4-04.5 230 Crushed Surfacing Top $ L,fjat� $ �c KSP TONS Course, 5/8 Inch Minus Per fTON ($6.00 Min) 4177 2-03.5 150 Unsuitable Foundation $ (.fit.&O $ b �c WSDOT CU YDS Excavation Including Haul Per CY 4180 7-08.5 5,000 Bank Run Gravel for Trench $ - $ Z' KSP TONS Backfill Per TON (12.50 Min) 4185 8-15.5 15 Quarry Spalls $ W $ WSDOT TONS Per TON 4190 4-04.5 600 Permeable Ballast $ 0. $ f 60 LA_� WSDOT TONS Per TON * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Schedule IV Total S. 228" St. UPRR Underground Utilities/Smith 13 3uly 31, 2018 Project Number: 07-3022 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 1,500 Traffic Control Labor $ . $ y .00 KSP HOURS Per HR 5010 1-10.5 200 Construction Signs Class A $ X7 J� $ WSDOT SQ FT Per SF 5015 1-10.5 450 Traffic Control Supervisor $ W ,co $ KSP HOURS Per HR 5020 1-10.5 1 Other Temporary Traffic $ ft ``", $ 9 WSDOT LUMP SUM Control Per LS ua 5030 1-10.5 140 Portable Changeable Message $ /`+tom $ �r KSP DAYS Sign (PCMS) Per ODAAY 5035 1-10.5 75 Sequential Arrow Sign (SAS) $ ` 0"00 $ �`���. fr& KSP DAYS Per DAY 5060 1-10.5 20 Type III Barricade $ 35�, $ KSP EACH (Roadway and Pedestrian) Per EA c� 5075 8-22.5 1 Permanent Channelization $ �e0 $ KSP LUMP SUM Per LS 5080 8-23.5 1,000 Temporary Pavement Marking $ 1 tou $ WSDOT LN FT Per LF Schedule V Total $ 162 b� is S. 2281" St. UPRR Underground Utilities/Smith 14 July 31, 2018 Project Number: 07-3022 SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6020 8-20.5 220 Supply and Install 2 Inch $ 6, $ KSP LN FT Diameter Schedule 80 PVC Per LF Conduit 6050 8-20.5 1 Video Detection System $ r 6� " $ 5(U.t KSP EACH Complete, Including Per EA Installation Schedule VI Total $ ,�L) S. 228'M1 St. UPRR Underground Utilities/Smith 15 July 31, 2018 Project Number: 07-3022 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 8-01.5 0.5 Seeding, Fertilizing, and $ 9 " $ CI KSP ACRES Mulching Per A � C ° 7005 8-01.5 250 Filter Fabric Fence with $ �50 $ 3 KSP LN FT Backup Support Per LF 7010 8-01.5 400 High Visibility Fence $ WSDOT LN FT Per LF 7015 8-01.5 10 Inlet Protection $ W. 0 $ )1600-�� KSP EACH Per EA 7020 8-01.5 500 Straw Mulch $ �� $ Ir 0( KSP SQ YDS Per SY r? la:a pu 7025 8-01.5 700 Clear Plastic Covering $ J• $ KSP SQ YDS Per SY 7030 8-01.5 60 ESC Lead $ 5b.�b� $ KSP DAYS Per DAY 7055 8-01.5 1 Erosion/Water Pollution $10,000.00— $10,000.00 WSDOT FORCE Control Per FA ACCOUNT **Common price to all bidders 7060 1-07.15(1) LUMP SUM SPCC Plan WSDOT Per LS " Schedule VII Total $ d S. 228" St. UPRR Underground Utilities/Smith 16 ]uly 31, 2018 Project Number: 07-3022 BID SUMMARY Schedule I 32,94 I Street - ...W.,...K 5^rn Schedule III ' p c Cx 0 Joint Util'.i rench Schedule IV F t s�lr Pr St rm Sewer Schedule V 11-9 31 q b o . �yo Traffic Control Schedule VI � r 1 t Ca d -7 J ` Electrical 1M ✓1^�m ,rapp �...�.., 00 Schedule VII 2 I -7 -� ° Temporary Erosion &;eclimentation Control " ( `�4 TOTAL BID AMOUNT . L. ' P S. 228" St. UPRR Underground Utilities/Smith 17 July 31, 2018 Project Number: 07-3022 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: S. 228th St. Union Pacific Railroad Linder-ground Utilities Project Number: 07-3022 Subcontractor Name Item Numbers �" �. l� H Subcontractor Name ��!� �a ' � � "�e,�A Item Numbers D Subcontractor Name - Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE -]affreyan"t President S. 228`° St. UPRR Underground Utilities/Smith - 1 `` •� +• '-Aly 31, 2018 Project Number: 07-3022 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Road Construction Northwest, Inc, i Project Name: S. 2281h St. Union Pacific Railroad Underaround Utilities Project Number: 07-1022 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: �vv-\ Electrical Subcontractor Name: t3 e Co 7� JJ(h fy, � � 'V IJ Jeffrey M. Kanyer 8-15-18 , President ignat Vr` "f, r Date S. 228" St. UPRR Underground Utilities/Smith 19 July 31, 2018 Project Number: 07-3022 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. S. 228" St. UPRR Underground Utilities/Smith 20 July 31, 2018 Project Number: 07-3022 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAYALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: Road Construction Northwest Inc NAME: Jeffrey M. Kanyer - President ADDRESS: Pn Rnx 777R Renton, WA 98056 PRINCIPAL OFFICE: Renton, WA ADDRESS: 5851 NE 4th St Renton, WA 98059 PHONE: 425-254-9999 FAX: 425-228-2987 STATUTORY REQUIREMENTS — Per state law a bidder must 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. See Attached 1.2 Provide your current state unified business identifier number. 02-286-010 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. 044,215-03 See Attached 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 S. 228" St. UPRR Underground Utilities/Smith 21 July 31, 2018 Project Number: 07-3022 control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). See Attached 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. See Attached SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 15 years 2.2 How many years has your organization been in business under its present business name? 15 years 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: April 2003 2.3.2 State of incorporation: WA 2.3.3 President's name: Jeffrey M. Kanyer 2.3.4 Vice-president's name(s): Matthew Wagester 2.3.5 Secretary's name: Matthew Wagester 2.3.6 Treasurer's name: Jeffrey M. Kanyer 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 Names) 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 General Contractor RCNW*CN978L6 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. S. 228" St. UPRR Underground Utilities/Smith 22 July 31, 2018 Project Number; 07-3022 3.2 List jurisdictions in which your organization's partnership or trade name is filed. State of WA 4. EXPERIENCE 1 4.1 List the categories of work that your organization normally performs with its own forces. Earthwork, Underground Utilities, Road Construction GQ eral Contractin 4.2 Claims and Suits. ( the answer to'any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? NO 4.2.2 Are there any judgments, claims, arbitration proceedings or suits NO pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration NO with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) NO 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. See Attached 4.4.1 State total worth of work in progress and under contract: $10,713,525.0 0 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and See Attached percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: $15.5 million 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. See Attached 4.7 On a separate sheet, list your major equipment. S. REFERENCES 5.1 Trade References: Todd Black, City of Renton - 206-715-8304 5.2 Bank References: Banner Bank - Dave Jensen - (425) 739-1009 5.3 Surety: 5.3.1 Name of bonding company: Employers Mutual Casualty Co 5.3.2 Name and address of agent: Propel Insurance - Eric Zimmerman S. 228"' St, UPRR Underground Utilities/Smith 23 (800) 499-0933 July 31, 2018 Project Number: 07-3022 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this 1Sth day of August 2018, Name of Organizati; n: Road Construction Northwestr,Inc. By, Title: Z� fl`4 M. an er, President S. 2281h St. UPRR Underground Utilities/Smith 24 July 31, 2018 Project Number: 07-3022 7.2 Jeffrey Kanyer , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn beforeme this 15th day of August 2018, My NotaryExpires, � �, ° . GEORGE M TUCKER NOTARY PUBLIC STATE OF WASHINGTON COMMISSION EXPIRES MAY 3,2021 S. 228" St. UPRR Underground Utilities/Smith 25 July 31, 2018 Project Number: 07-3022 Department of Labor and Industries ` PO Box 44450 Olympia,WA 98504-4450 ip ( CVL�IVW CN978L6 C 'frQ2`�286.910 1 y y v yii fl 4 kId1 pray ided by Law as: n Contractor R C N Ww; �a �f�r"� 1 }y ake ,f6C�l2dS03 PO BOX 2228ate:"fiT26A2019 RENTON WA98056 �Kk � pa vedr i ?2y a ROAD CONSTRUCTION NORTHWEST INC https://secure.Ini.wa.gov/verify/Details/liabilityCertificate.aspx?UBI=60... ra oepeTnenr or label F meu.crlos Certificate of Workers' Compensation Coverage m=iv zn,zulu WAu91Pa. W226k01, Lflgxoun 1. fiznsm 1 ngal3uumevn came fins Ci FRUcnOS NDF Id wEffi Mc lion,llukre",kr, a011W a o's,cy'k,Renter slGms. Attacker 11cnanl I ninaced Woekeiu Ropmled Quarter l of Year 201831 to 5g Workers' (9ae Oa sa glare Baler[) Ac-auni 11111i'rvulfallo Employer 9oMcav He V sk ,060)902-0 M1 ueri Chnlra.in,1 4o1 I.Inanae Na. FCWW'CN1,76.0 I ounv n saylmto 1 gJfffiK010 What does"Estimated Workers Reported"merO Fstlnledworkers reported mpiesen6 the Four offall timers-ItIon requiring at least 400 hours ofwork per calendar q,aker Asingle 480 hmnrpourYlonniay be ruled by one puiaon,er oeveraI part time warltcrz. Industrial l nsorance Johns rnatlon Employers sport and p,premiums each quarter based on hours or emplayes work already performed,and am liable for ken lures fanny Ivmr to by due.Industrial Insurance accounts have no policy periods, e ctllatmn dates for of cno—ke of wakerof subornation 6oeh I,.)and g, r Id.PIt. 1 of 1 5/24/2018,7:23 AM Y ROAD CONSTRUCTION NORTHWEST, INC. Boon-i RCN W PO BOX 2228 RENTON WA 98056-0228 k ❑ETAGH BEFORE POSTING `ylnxrtAff Wn on i. BUSINESS LICENSE "sac ,din^j° i STATE OF WASHINGTON Unified Business ID#: 602286010 Corporation Business ID#: 001 Location: 0001 ROAD CONSTRUCTION NORTHWEST, INC. Expires: Jul 31, 2018 RCNW 5851 NE 4TH ST RENTON,WA 98059-4857 UNEMPLOYMENT INSURANCE -ACTIVE INDUSTRIAL INSURANCE-ACTIVE TAX REGISTRATION #602-286-010 -ACTIVE CITY ENDORSEMENTS: SAMMAMISH GENERAL BUSINESS (EXPIRES 4/30/2019) -ACTIVE ISSAQUAH GENERAL BUSINESS (EXPIRES 4130/2019)-ACTIVE MARYSVILLE GENERAL BUSINESS#9999CON717 (EXPIRES 12/31/2018)-ACTIVE f SHORELINE GENERAL BUSINESS (EXPIRES 4/30/2019) -ACTIVE 1 SUMNER GENERAL BUSINESS (EXPIRES 4/30/2019)-ACTIVE CLYDE HILL GENERAL BUSINESS -ACTIVE FIFE GENERAL BUSINESS - NON-RESIDENT (EXPIRES 4130/2019)--ACTIVE WOODINVILLE GENERAL BUSINESS (EXPIRES 4/30/2019)-ACTIVE LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit. REGISTERED TRADE NAMES: RCN W ll �I 9 t nameddoabo e, hats lire registrations,. nt,the license,and ies thei authorized for e a business named above,By accepting this document,the licensee certifies the In'fGnTrativlo nrr.the application �'. was cornpteta,trde,and accwate to the best of his or her knowledge, and that business will be cond ucted In compllanCe with all applicable Washington state county"and city rendaticros 6lrectnr,l)enaroneno of Peeenne Road Construction Northwest, Inc. PO Box 2228 Renton, Washington 98056 (425) 254-9999 (425)254-1334 fax 15 August 2018 City Clerk 220 4'h Avenue South Kent, WA 98032 To whom it may concern, I, the undersigned authorized representative of Road Construction Northwest, Inc. hereby certify as follows: 1. That RCNW, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of RCNW, 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). 2. That RCNW, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of RCNW, has not within the three-year period immediately preceding this bid solicitation date, been 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. Executed on 31 July 2018 r Irfr Kanyer ident Road Construction Northwest, Inc. PO Box 2228 Renton, Washington 98056 (425) 254-9999 (425) 254-1334 fax 31 July 2018 Work Under Contract: • $656,280.00 - City of Auburn A St SE and 3rd St Traffic Signal Anticipated Completion: 8/2018 • $110,300.00 — City of Issaquah Olde Towne Traffic Calming Anticipated Completion 6/2018 • $4,377,125.00 — King County Eastgare Interceptor Rehabilitation Phase III Anticipated Completion 12/2018 • $816,763.00 —WSDOT 136"' Vic to SR 96 Vic Channelization Anticipated Completion 7/2018 • $186,970.00 — City of Des Moines S251st Storm Outfall Project Anticipated Completion 8/2018 • $190,000.00 — King County Brightwater Copper Contaminated Storm Water Filtration System Anticipated Completion 7/2018 • $2,148,575.00 — City of Redmond NE 315t St Improvements Anticipated Completion 10/2018 • $249,495.00 — City of Issaquah 2018 Annual Stormwater Rehabilitation Anticipated Completion 7/2018 • $1,978,017.00 — King County Housing Authority Valli Kee Site Improvements Phase 3 W W b w . .. w W �� y m t W o W m w Z Z N Z p Z O Z n ;, L Y N Z Ff., Z to 2 0 L Oin ONn ym � O Z < a`� 2N U S.M ` G x Q ca 3 Q zz z z O O z O WOoO O 3 U U U pw ry imGt rOz i(vnV o °o r r r Q �, z Z L C t Z Y d 2 C O ''.2 L Z c > [ Z O m o O o U O ar O L n A Z m O a A U R 3 U m o U 3 m U U 3 U Y D 4 0 V c a U 3 = m v c IL U U 9 o V m U. L E O a C7 m E O c O y c o Y a a aE > d a a ° W r y w ~ a w Y U x W W W n Q U W d W M U Ill o 4 Z 4.0 2 Z W'', m Z Z ¢ 3 m o 3 3 3 3 m o 3 3 m ° 3 m - O O o O o 0 0 O m O O m O d o w n ` = W W c 'bm °' w E H 4 � "'I 40 w n oe m w w n o w d� 7 y w n u JN oy Jd i c $ � m a � a � ad m m p 0 O'¢ O _, G O O O o o N c O o O ❑ U t o p a, •h U C Q � � Cp N W U 3 tip O h � > 4 •.. _ a y N .� G a ° U 4 a o [p G o a m o n 3 S c zo z °' zn zo zm � t0mm zo c zm ° cn zon Fa '7 0 ° o o d 7 m et ro O >. F : a m o 3 m 7 m o O y G M o O ai O m a t0 O y Q p O W o o O m n '> m ° 0 o a c o b " G°i •w N G G L a O ° C W E`- [`L D t O N C D C c U O o U U 3 Q U .o W - c m Ctl a¢ C> u d b m U m E o U' m c O4 .c (� x N 07 2 07 2 m K h t7 c 0 E >. o s c o b C 4 o w °� > w c m K m m et K K U m o 3 CC U t W N N L W > �G W W �_ > m d W 7 c z N 3 G W Z '° o i c 2 K a z °� o U Z ¢ z ¢ c m > z m d o Z ¢ E o m 2 m � x w z W - E w = ° w °� E - w w Y D L 'E S a W o > o W m `o 1 W m y o, C9 `o a .� U' `o o W3 a m c O W O c`o o O 07 'U w p O `o a x � a aFW � aZ. m ° _ _ i2 ao a2, W m m 0 W U W U vi N W a W (j W 0 O) W U GN N Z a '� N w Z p d z ❑ FEZ otz o 'm 'z Z 2 ;am3mZ co o m � y 3 3 a 3 a 3 3 3 O U d 0 O O o O >- h c m 0 F E O `o m >; O vet, E m Y `c o m • O p` an d ° a m m �n o `m c n YaOE mb O > _. b d '30 yb p � d � G y m LLo a o o t s y m r`q '� � c >o o ,° ° m c °' m � u`y o = ❑ oo, 5 E 2 W o j N J a c J N `ry J J G J J N W n J c r 'm E `o r � X L G $ > b d C Oi v tp `O L CO d C 00 0 0 ` W o ?? m o [0 D G �p D m °g [0 m m m O a O w m 0 Q' O o c c c 0 O - 4l O 2 Z C U I G N E y O y N I O N 7 L O N L a 4 m V_ vJ c y m C m m c U > m 3 U m n c c o ¢ c m - c a `0 o c E c m c cc vo, E _ o c t o o a s o o ° �' 2biz m _o n o o nE .o. m c E o a By nc d gg W O C N m Q N 'O U 7�Q W W > W W ✓i W C W j w',,., >, > a p m o a o Or o Da a` 0 0 oM E Dv om o, E V M U C �(J N V N U � z2O c Z M m Z 0 z c0 o z M o m N i z N S ° Z Z N U z N Z N m 4 Z fi ac O 1p O " O O O �' D p a O y c m U U c ac U V o u c a U ° U U U m U 0 r U Q ti Q c r H ¢ Z Z O c Z U ywO D z O OO Om U !�D L) U d U , vWj m V U d o U y L0 V o m U 3 0 h D o m 3 m m m o a i2 ao i2 y a � a � Eo ao s wm w m a wJ w0 m wd 'ate z 3 '.z N � c z z o z ',� '- z m m m z ct 3 3 z 0 3 3 c 3 O O p,o O d, O O Q O m O o o m m Z i O N K o 0 c E `m Oo o o' D r ti m O m t O O m O h " O U U o y U a U o U o - E Z m b Z °� U Z 2 'b Z Lh N z p E Z m O v m o O ^ y O W O m �' O ri h 1p O oS 3 3 O cc o Z N O N G b E - W b a b 4 a h o= m [ m c `m E m c c c Zl U U R V ° U o s o m y GJQ G q E J C� O J Q ¢JQ a s G Ja m JJa E V 3 Q b d K w w < w w v, ma wY m > W e om W O c m m w � vim za `ro3 zm z a 'Sc z o za W za oa i2 Q3 a '' W U h L W V -p W U ry W Z °o U W O 3 W U y z Z N Z p O Z Z R of Z Q C e j .Eo 3 EiA 3 00 3 `o mmm 0 °1 a, O c o �' O Q' m 3 0 0 " O a o a W 4 m a d a -` J N m C J E K N D J N J p [ J [ N J A a U J O a O O r H U w ry o, m E m a m o m a c o m m m o a ° m "' o `m o m o m o. u O a o O m w o o 79 O a O o m y O o m °, O O n' c a 3 N 9 N m i y p U i a C N m : U, E L o U U ¢ o i- c c o U b 4 a m .¢ 3 Q y b N N CD W °c_' W W bm z0 m ,� z0 " c z0 O O O „^, O C 2 M y = !n m = , E 2 a M m a t7 2a 4 Sa o ` aq b a � a -r a U vqi o d V j p U M V N Q h Q ro o Q `r m Q vl m Q c� m O Q O m al a o Z to 3 z M H Z M E z m y z z N Ov olm � N y O � 3 ON E OO DN ON � �¢ O ¢ O 0 U N h U U U V� U ryb U pl � V p E U a y L C U N z z z Ez z zz O w `Nc O Oc 0 OaO o0 U U 0a U m L) 0F z tr' mU m >, U �: 4 U y a U m y U CL m U w Ci m U w ` n U P b o o U U O 5 o a O a 'C ° a ° a o a Y N G W w 4 W ~ 4 W U W U C W p W m n ° D W °w o m c U 3 Z ; m Z'. Z y z �o Z g z W N t m Z 3 3 m 3 3 m o ur 3 c -: m c y 3 - 3 5 O a n O'. a O c, O > O q y O L m y a O �c� 730 Y o r r v� � E ',,.,..... of W G « W e m W D W o > W o X ry W u ^ tq m W C y W N a Pi O N d Oli. < a O a c0 a Ql q C' n C O d O m O 0 a N Of U N b N a �L >,b O O 3a O O a O M « O `m m O m O m tz a � cO in a � U m e U m O � U o U s m U F 3 L)3 os O m 4 o U m _ Z [o Q G z m 'k Z h E Z M O Z O o 3 Z Z '< C Z rp O E y O M c O O N U � d OzO C < O L O N b O E 42 � - m E m" `-� ap m y a n. ° ai m c ami °o o, ❑ CL «'' U. G U,.. O u O o p U ay (7, m _`" E `c �? w �,. m Qo ` m J �O w' c `m h Wy ca WY a W � ° � O myy _ > W Z Z C Z Z H E Z O m `vl U Z 3 « w W `oW ° m W a m G m Q W m F' c Z 0 O O a ° m O w CL N O U' V p Oo (� p G P y O O h U� C N C C�9 G P U _N O O G � U' �' C # p a oc j o a � � ' 3 a o c a' ct ° rc � Z « ^ N a E � ° a ° 03 w U �i w !ri W o ; w o W 3 w a m y dl W o �= w o Z >,` Z >, Z of a F o z w z o a 3 z 4l °� U N « Z O .� b z p a o o � mC73 U, c Oa m` h 0 0 o mob ' o o � m _ � o ao F o E c 3 y o o R 4, au .. o CD Oi m m « m m `m ¢ U ¢ 4LEZ k m o c U m 3 3 c c m $ h a mc °p c,� E o' c m E W 0 0 P. byU'...W dN yy IL'.,fp bWp` b WO m ' WG OymW V kcW J CE J CM y < J.. CbJ d JJEO.DhJO S Ol JE ymgJ ¢ D `0 . wW a y � � ac CD Z 4 0 W m N M W m w E m M 0 >. ❑ m 3 CO o m y m W o a 6] 5 > y O m m o y O a m `P O uJ m o 0 x O U d m m m O Qo o O x m, = O o o 'o = k o 0 0 U > d m c m 2 y E o N W LLi O m y Of o o 4o O O lz- O E � O O U '.O m � � 0- O I-Q 0 0 « ZO o O N '� m ZD o O N >, m O m E O m O o u m �, m 3 '^ h ` m m m r m m F'....� c z o m Z E Z O d Z O U Z O � Z O N E Z O b Z',.N C Z N C fy N N N 3 N V O q O D t O `o O a t O o f O O �E O N Z, U V U v U �p m � m 't, F a F o H U 3 U -� - � U -m m U � - m V � � . U °' U r U Z o EQ Z z Z 2 ° ` ZV d mc VZ o=N h3 Z O 0 O O o O o U U U U c 5 ; U 0 mN Q 0 u a a a m a OVV ULr pcm w � ° w p w m o � z Z z � 'c 2 0 � � 3 .N y � � oc 3c h � � cc 3 �, 3 m O `O O L` m ``n O O O r mom.`m O ht � O O N O `p W C W ry bC W �p y t0 W O a W m m O W C W C w O w ° w w 'L w' X w H � _`o, D y E? O N - R m 0 O ° O o V y a -. U U o V D z z `M° m 2 m E Lq in D N 0 J ro Z = o 0 = . N O a y 0 c� c ;� O a, 3O O '+� c y O m a s O w y a '..co .� O m z cm cbg °' m FDE no 'Oi co U mcUCa p `' q U � op� c U qm U m V fG W >^ c w ti m w Z z w m o' z z ° m = o m z m c z K 3 z o n w w c o w 3 a c m o w o o c w 5 p c m ° w U m E w o c w E w U E O c m t7 0 O W a c W m p c a i D` 3 m rc W O C W O Z `vi U W U g j q w o Z y V d W Y a > E 3 W U `O p w U N N w Y C z U N Z U W C Z C O Z ° m C Z o b D Z U Z N >' Z z mtz _uz qy ` (0Nm O 0 N NNm EO 'er E O q p N N y ry d m p O N m m C V }d > ° Um' p a N O U`c o io a 3 a vi b > < E X V) G) N h C U N N O C N N OI U N q C V > C O q co 03 0 p ro CO O c O o c E " O ° c 0 3 3 m o m ° m ?�0 N bJ h C N b N h Or N h q K q m a° a '9 o ¢ o ° m ai o 'N' c o _ c _ aai a m V v n1p E Bo c m .a�' o4o cay E � A na n V n � o G Z ° za mt O m O y ° O',v a m O a O m m a n O ',,` zO M d m zO N o S m 2 N 2 m c x N 2 N O a o 2 r < 2 r d O c x c U r oZI m r m n r m n Z c a z< Z Z m `c z O 0 O O O z o n E O N E m n m Az d r d zOU rnm buo z 3° UUz' > mxo bvD °z LLE Z O O n.� O Ota°O- o` gavm OrzU(7 om amcs°m O ° O O mLu co J C a x as a a a U C w Z za So, z o z `m ` z 3 3 ma o a � 'af0i ni, � ay U � m n c U > o a a Z Z a o Z o 4 t0 Z o z z o n Z N o G z o o O o O °.'y' = ui 3 O o O e m O a om _ � � _ — 5 d `_wv nc ui c U a U t a o U 'mo N U r '� U y E U E U 2 h > E U m o (7 '� (9, `m 'Fs (7 p Jc � w Ja Oy Jm Gry Ja ry Jp ECG Jm OC Jc Q � naJ O o C W OU A W > m W ry m C W W N G a W W p (O q W 0 m Z d o w ° 2 H m z ° z O -� C Z F U Z O `o U-, 2 ° U I p E w x m W w w (.) v '� ° 22 w i o z U ro z o h z `°� z o E z ymd z z 3 0 0 3 h 3 n 3 m 3 0 3 o f o m ° ` m ° w m mm " ° _ � O U O N E V a s L N V a a N O a t5 O aomm > C am - m o C 4' a G m a m v c E Z m m ` 3 O m m a° N m of c '° m m m m O E o y m m 0 c m t O m m m O m m o o y O c m o O E o O u v � R n O U� U � G W W Da N D W w W C -°. w W U ry,� z M z G p OC',O- Z ry Y Z N Z z O Z N p m 4 O m o M y O c O n E y O m ° ` O m O m 2 M 2 n k 2 N 2 M G 2 m � G N F W F• U U (O N C F V \O H M C D f N C Ll H N F a > N m a v m E Q o U r U m < U o x U U n o a Q U Q N c o Q a m m Q a Q U? a o � N ro � N y ¢ o ro a3, rN � o rry aZ� rN ~ o m m z vi. z v o `m G z N c z v a m z v °+ z v Z N E > ,c a O O < d o O O m \ O E S O O �? U V y V p '� U U O� N N Q 4f N B C U 3 _ U O y 4 U b N z O z F: D Z z y Z Z d O m Z E E Z'..s °- ° aEi N Z n. Z _ Z LL C o Z d Z m O m c°i O `o b 1p y E O - m O — c y O Jo n y O c O L m U E a V m % UQ� U r - m c W z W � ay � a a a ar a a Z m Z o 3 Z > c' 3 ,� 3 m mV 3 z 3 3 mp? o O y O !t o y c O `m O ¢ o b O o _ O O>• � c E ° � ° o y -. L < s w 0Z ° v h �n �' a<i m W a c E a� F v Dam v °i`m c � w � m w � < F < ° W w d - w J4 w O h O � G 1pa � `c wayig i 00 �n > E s oo o G J F V 3 Z I[I < z m % z < H N E u L y Z r m Z �p D j O y Z r R Z M a � Z <p B O O Z m ° E O w coi O m `<° a O d o ° O mv 3 v o Q a» c Q u3 " `m y w y _o ° e> c c h Q m E Q » o a `o Z O N E Rt IL n O y N 4 '>• a d ° an d F � < K Y d s d � '� 4 cc a o ,� w Z, wv c ° w ° w, c a � w m �, Ew � U4 W z a z o y o 4 h z o m .\m, z H m i z m `m c a z c o z qd w � N W � ryN 'ry � w = O, N wp 40 w � c cWm ,� Q wz OC m a O `o oy wo < wU o >q, y ° wo yc wU � " wUCLLN wU 4E we cm . U o p a a c O a m 0 b 3 m E .N- 0 m co m < mh L , O c ° O ° � O � ° OL bmw U y lry t m N bi q` L < U J q U � U Qa U N JN � w Nb OMEN c yd V O+O 4y m. b y � 3 a 'o 3 � 16 m i w % w db o o c w y "> vl i '°'° w p F ° W c U W m q C O W p� m W J ° W b J N J N b O J C J U J 'p O .C. m m 4 '% m 01 o c m i° cO W m m coi m ° d O m n d ,,O c m O E Z or " m m e Z5 Z- K o m o ` F `m m c n ° `y y u a O a =° z o `m Q m U m t m c g 0 `o a U 60 CI SQ N y N N N N y G o O ° SQ O dfC N N o N < Q m `o p z N .E z N Z m z r z,'.m c z m z c0 2 0 Q 2 m 2 rai F 2 u�i 2 m 2 2 0 S o y 2 0 V N O V OBI O V R N r ^ j r r 1� r N r om r U N Z O j Z N vi Z 4° O Z O d Z N Z N Z O Q Z N Z O O a b O N U U o U c U E U U U o U U m a L) S, O r O c O >. E O $ O ° O o O r b O z U d' ° U 'r U O V U U b OU U a � x i2 a � ; � 22 a � a z E z Z O° m w m w w ,� w ^' w v W w `o h Z .o z Z Q z o z ❑ p Z y m 0 o O m c x c m f m f o m t N b N 7 P O ° O c O m O y O c O 00 y`m O �, '� 00 •' aci n 'm m � .g m �' E a E m 3 4 h o E m m D V N O V O V O O D N 4 Ol vl O of U O O N O o M o F ° m al 'o ._ �'r m � `m c o k c > � `o o m C J U J J J y G. J Q b J..a J d m J Z q �a � m � v ° mro � �ax � 0 W = c W E W e *16 zW �� W Y wN a > ` w Y . o U�' o `m o O ° O ❑ E2 a � o a ° a w a � � � i2 a g t 2 c c m z U ` z 3 m z u' E z U z U N z z O U m 0 n p o t F o Y a > c — m ° W 4 C O O N U ui C n m N D � c d m E m � M oic m mm o mo, c 'om v m oNm` o, o Q E cm d `m c m a s •- C b 3 m y a 'o y o m ; v ¢ U',O V_ b E 'C c o o m r b c b r l c 'm m o ` w e H m t m. m o c m ._ o m E m N m °' m e o m iG > 'm 'm oci b m O a 'c o 0 Q' o O v � O m Q ° ; 0 o E w O E m2 ' p > � -' m m ami m o c 3 a c x`o 4 0 w m ro o a m O U bG ` U I- 6 � >. E 'UU ` Y > m O o N 10 W E a W = W c z 01 o x Z m a z o v O o M p O = a h am EdS am �'O a ° r N m c o r � na r v < Z U U a m m U m q U c _ m E ° � Z ° o, LOf > o m E°. uH c m m i2 a 2 N E ry C z `Np 0 Z U c 3 `met 3 ca 3 n a O Y a O U d C a O q a N C m c y $ m m a 01 C m S� Z v � c a Om Enm i dm o ¢ c o c � _ N ° m w Q a 2• �,c z -° U Z o t° p D n a a a v o ¢ c m c m N a E m c 3 O b o m m m � 0 a m m p C p on � � o c � O m N m ^ m a_ N I m ro c c .$ i> � N udAd N yi'S D '� N O O o 4' 3 Lb 3 ii O Road Construction Northwest, Inc. 5851 NE 4" St, Renton, Washington 98059 PO Box 2228 Renton,Washington 98056 Phone(425) 254-9999 Fax (425) 254-1334 Statement of Bidder's Qualification Road Construction Northwest, Inc. is a corporation formed under the laws of the State of Washington in April,2003. The company operates as a Public Works road improvement,underground utilities and excavation contractor. The company is well organized,capitalized and managed, and therefore it is able to obtain the requisite bonding for the referenced project. It is qualified to successfully perform the work necessary to complete the project on a timely basis. The company is internally financed from its capital base and has a sizeable fleet of its own equipment in order to facilitate efficient field operations. The principals of the company have an extensive and diverse background in both public and private contracting.Most of the principals have worked together as a cohesive group for many years and they continue to maintain the operations, systems, procedures and controls that have served the group well over time. Below is a brief summary of the qualifications of the principals and other key professionals with the company. Jeffrey M.Kanyer, President,Treasurer,majority shareholder,has over thirty years of experience in executive and financial management and consulting. He has extensive experience in public and private contracting, and he has previously held positions of president, vice president of operations and CFO of companies in the construction industry and other industries as well. He has an MBA in Executive Management from the University of Washington. He holds a BA in Business/Accounting(Magna Cum Laude) from Eastern Washington University and he was a CPA. In addition, lie has held numerous executive positions with voluntary organizations. Matthew Wagester,Vice President, Secretary, Estimator,Project Manager,has thirteen years of experience in the construction industry. He has commercial,private,public works, and Federal earthwork and utilities experience hands on, estimating, and managing. He holds an Associate degree in Construction Management, certificate in Construction Management, and a certificate in Civil Construction Management and Inspection from Edmonds Community College. He also served in the United States Navy for four years as a Boatswain Mate. Ty Ribera, Estimator/Project Executive/Superintendent, has over twenty years of construction experience in the earthwork, utilities, street and road areas,both public and private. He has extensive experience as a contractor, including estimator,project executive, superintendent,operator, foreman, etc. on large and small projects in both the private and public sectors, including residential,commercial,WSDOT and other public works projects. Gordon Lee, Project Manager/Estimator,has over twenty five years experience in the constriction industry. He has years of both field &office experience supporting his diverse background in construction management including project start-up &scheduling,contract administration, submittals, budgeting, costing, billings, subcontractor coordination, change orders,estimating and final job-closeout. He has years of project management experience in the public works arena, including road construction, heavy civil, earthwork and underground utility projects up to $10 million. Gordon holds a BS in Construction Engineering Management from Oregon State University and a Masters Degree in Engineering Management from Portland State University Road Construction Northwest,Inc. Bidder's Qualification Pagel of 3 Brian J.Menard, General Superintendent,has over twenty five years of experience in the construction industry, starting in his teenage years working with his family's concrete construction company. From there he moved on to public works road improvement,excavation, underground utility and concrete construction. He started in the field as a laborer and operator, and in the past ten years he has worked as a foremen and then superintendent responsible for overall field operations of multiple concurrent public works jobs. He is extremely well versed in public works contracting and field operations. Chad Van Wieringen,Kye Vanhoof,Roger Johnson,Foremen,have over sixty years of combined experience in construction,with most of this in field operations on public works road and concrete construction, and underground utility projects. Each foreman started their careers as laborers and operators and has now functioned as foremen for five to fifteen years. In addition,each foreman has project engineering and administrative experience. In addition to these foremen, the company has a pool of other very qualified and experienced foreman, as well as numerous operators,laborers, flaggers,et al. Anthony Stolz,Project Manager, has over four years of experience as a Project Manager along with over 5 years as a lead Foreman with many successful complicated projects in his resume. Mr. Stolz holds a BA from Towson State University and has extensive project management experience in the public works arena,including road construction,heavy civil, earthwork and underground utility projects up to $7 million. Mr. Stolz is a specialist in public works projects involving wetlands, sensitive areas, and habitat establishment and has obtained numerous certifications, including Certified Erosion and Sediment Control Lead,Traffic Control Supervisor, Rigging and Signaling Trainer, and First Aid. Kenneth Joyce, Project Manager/Project Engineer/Estimator,has over twenty years of experience in the construction industry. He has worked in the private and public sector with a wide-ranging field understanding along with project management experience. He has performed at nearly every position within the construction industry,having work his way from Laborer, to Carpenter,to Foreman, to Project Manager. Mr.Joyce holds an Associate of Technical Arts degree with Honors in Construction Management and Certificate in Construction Management from Edmonds Community College. Jake Boose,Estimator/Project Manager,has nearly 10 years of experience in the construction industry. He has commercial,private,public works, and Residential experience hands on, estimating, and managing. He holds a Bachelor's Degree in Science, concentrated in Construction Management, from Indiana State University. George Tucker,Project Manager,has 10 years of various experience in the construction industry on commercial,private,public works,and residential projects. Mr. Tucker holds a B.A. from the University of Georgia, a Certificate in Construction Management from the University of Washington, and is in the process of obtaining his M.S. in Construction Management also from the University of Washington. He served for approximately 10 years in the U.S. intelligence community prior to relocating to Seattle. Arlene Schuehard, accountant and contract administrator has over thirty years of accounting and project administration experience in the construction industry. She has worked for both large and small construction firms and has extensive experience in public works project administration. She attended Bellevue Community College and studied business and accounting. As mentioned above,most of the individuals mentioned above have worked together as a group for many years. In 2003 the company was fonu in order to maintain the group of individuals who had worked together successfully for years. In evaluating the qualifications of a bidder on a public works project, it is appropriate to also consider the experience of the key people operating within the bidder's organization. Given this, the company believes that the employees of the company have extensive experience in public works road improvement, interurban trials, underground utilities and related types of construction,and that the experience of its personnel must not only be imputed to Road Construction Northwest, Inc.,but also must be considered by the Public Entity in determining that the company is a responsible contractor. Moreover, and in addition to the experience of its people, the company has the necessary capital, Road Construction Northwest, Inc. Bidder's Qualification Page 2 of 3 equipment, organization and systems to complete the referenced project on time. In short, the company believes that by any definition, it is a responsible and qualified contractor. The main group of people referred to above have worked on nearly four hundred public works road improvement,trail, underground utility and related projects. If you have any questions regarding the company's qualifications,please contact us.Thank you. f i Road Construction Northwest,Inc. Bidder's Qualification Page 3 of 3 Road Construction Northwest, Inc. PO Box 2228 Renton, Washington 98056 (425) 254-9999 (425)254-1334 fax Major Equipment: - Excavator; Caterpillar—Owned - Backhoe; John Deere— Owned - Wheel Loader; John Deere — Owned - Roller; Dyna Pac — Owned Truck; Kenworth - Owned Road Construction Northwest, Inc. PO Box 2228 Renton, Washington 98056 (425) 254-9999 (425)254-1334 fax Major Equipment: Excavator; Caterpillar—Owned Backhoe; John Deere —Owned Wheel Loader; John Deere—Owned Roller; Dyna Pac — Owned Truck; Kenworth - Owned BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes 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 15, 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 foregoing is true and correct. Road Construction Northwest, Inc. Bidder's4Bu§jnessam Signatu e �ial* effrey M. Kanyer Printed Name President Title 8-15-18 Renton WA Date City State * If a corporation, proposal must 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. S. 228" St. UPRR Underground Utilities/Smith 26 July 31, 2C18 Project Number: 07-3022 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within sixty (60) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s 1 , 2 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: 8-15-18 Road Construction Northwest, Inc. ..._. , NAME bF,, I Sign i f zed Representative Jeffrey M. Kanyer - President (Print Name and Title) Address PO Box 2228 Renton WA 98056 S, 228'h St. UPRR Underground Utilities/Smith 27 July 31, 2018 Project Number: 07-3022 BID BOND FORM' KNOW ALL MEN BY THESE PRESENTS: That we, Road Construction Northwest, Inc. as Principal, and Employers Mutual Casualty Company as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent(5%) of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for S. 228th St. Union Pacific Railroad Underground Utilities/Project Number: 07-3022 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 15th DAY OF August 2018 d 6truoticn Northwest, Inc. Employers utual Casualty Company SURETY Heather L. Allen, Attorney-in-Fact 20 Received return of deposit in the sum of $__..__ S. 228th St. UPRR Underground Utilities/Smith 28 July 31,2018 Project Number: 07-3022 A rE C N0. C37118 INSURANCE P.O.Box 712-Des Moines,IA 5 0 3 0 6-071 2 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casually Company,an Iowa Corporation 5. Dakota Fire Insurance Company,a North Dakota Corporation 2. EMCASCO Insurance Company,an Iowa Corporation 6. EMC Property&Casualty Company,an Iowa Corporation 3. Union Insurance Company of Providence,an Iowa Corporation 7. Hamilton Mutual Insurance Company,an Iowa Corporation 4. Illinois EMCASCO Insurance Company,an Iowa Corporation hereinafter referred to severally as"Company"and collectively as"Companies",each does,by these presents,make,constitute and appoint KAREN C.SWANSON,JULIE R TRUITT,CHRISTOPHER KINYON,CARLEY ESPIRITU,ANNELIES M. RICHIE,JAMIE MARQUES,HEATHER L.ALLEN, MARY S, NORRELL, KYLE JOSEPH HOWAT,PETER J.COMFORT,BRENT E.HEILESEN its true and lawful attorney-in-fact,with full power and authority conferred to sign,seal,and execute its lawful bonds, undertakings,and other obligatory instruments of a I similar nature as follows. ANY AND ALL BONDS and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company,and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED:The President and Chief Executive Officer,any Vice President,the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1)appoint aftomeys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof;and(2)to remove any such attorney-in-fact at any time and revoke the power and authority given to him or her.Attorneys-in-fact shall have power and authority,subject to the terms and limitations of the power-of-attorney issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof,and any such instrument executed by any such attomey-in-fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power-of-attorney of the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF,the Companies have caused these presents to be signed for each by their officers as shown,and the Corporate seals to be hereto affixed this 15m day of MAY 2018 Seals ' Hilt G.Kelley,Ciial Todd Stiother 'y a°, ` w ry. , pw`"` P '�vu"., of Companies 2 "t 4,5& :President Vice President of Company 1;Vice Chairman and SEAL uBs3 9ra1 = CEO ofCanapany7 µa '" uws.* m • »'�` + ti'nm+.,- On this 151h day of MAY A➢ 2018 before me a Notary Public in and far the tale of Iowa, pens millymmappaared-UrupT C3. KsIIBy and ......... w„"��rhz ,u",�� r, Todd Shelter,who being by me duly sworn;did say that,they are,and are known to me to be the Chairman,President,Vice Chairman and CEO andver Vine President,respectively,of each of The Companies above�Ili seals affixed to this insIturni old The seals of said corporations, WEAL ? SEAL SEAL that said rslrurl was signed and sealed on behalf of each of the Companies by authority «, p, r '<w`A,.. ArOa of Ill respective Boards of Dueclors;and that the said Bruce G Kelley and Todd Strother,as such officers,acknowledged the execution of said Instrument to be the voluntary act and deed of each ofthe Compoil W�ov"r,uTUdr' My Commission Expires October 10,2019 �lI s' G c�,n I Mytlyer�id,r2.g119 Notary P ra m and fol`the State of I a Commission Number IBM°m,fe 0o, CERTIFICATE I,James D.Clough,Vice President of the Companies,do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attorney issued pursuant thereto on MAY 15,2018 on behalf of, KAREN C.SWANSON,JULIE R TRUITT,CHRISTOPHER 7 INY0_N,CARLEY ESPIRITU,ANNELIES M,RIGHIE,JAMIE MARQutS,HEATHrR L.ALLEN,MARY$NORRELL, KYLE JOSEPH HOWAT,PETER J.COMFORT,BRENT E.HEILESEN are true and correct and are still in full force and effect. In __.. d the facsimile seal of eachConplanyll��oreoTgvdayoscnb�9my�;�n2and'affix�,,,, � _._ -el -----Vice President CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE I NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: I 1, That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. S. 228`h St. Union Pacific Railroad Underground Utilities Project Number: 07-3022 NAME OF PROJECT Road Construction Northwest, Inc. NAME- F BIDD R'S FIRM M. Kanycr �,� 2'resicic��t SIGNATURE OF AUT ORI E ESENTATIVE OF BIDDER S. 2281h St. UPRR Underground Utilities/Smith 29 July 31, 2018 Project Number: 07-3022 This change order form is for example Purposes only. By submitti_ng a bid, the bigdder agrees o be bound th erm f this change order form for any ch,aln�ge or grs. CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: flnsert, Company Name,] ("Contractor") CONTRACT NAME & PROJECT NUMBER:('Insert Name of Original Contract & Proiect if alicablel ORIGINAL CONTRACT DATE: (Insert Date Orioinal Contract was Signed] This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) __y__ — Net Change b Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ S. 2281h St. UPRR Underground Utilities/Smith 30 ]uly 31, 2018 Project Number: 07-3022 Original Time for Completion (insert date) -------------- ................._..... .......................... I Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By By: (signature) (signature) Print Name: Print Name; Timothv J. LaPorte. P.E. Its Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department S. 228'h St, UPRR Underground Utilities/Smith 31 3uly 31, 2018 Project Number: 07-3022 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Na me „ -..........'.... i. Order of Contents.................... ......................................... .............Bid Document Cover Sheet a out with Bidders' Na Invitation to Bid................................. ...,.-.........,...,,... Contractor Compliance Statement......,...,--..............................n.,..,,,,, Y Date .............................................................of rtic . ...........�.g,,. ent.............................�Have have not artic� ated acknowledgment YWWWWdYYWWWWWYW4�W�a�����.�� Declaration - Cityof Kent Equal Employment O Opportunity y ........Signature and address .......... qPP rt'unity Policy ... Date and signature ................ ..............,...,.,......................,...... .� , AdministrativePolicy ..................................................................................._..........in ................................................... .^ Proposal................. First line of proposal filled in p Unitprices are correct ................................................................rl,, Bid the same unit price for asterisk (*) bid items....................... 7, Minimum bid prices are correct................................................... I'" Subcontractor List (contracts over $100K) .........................................a,U' Subcontractors listed properly.................................................... Signature.................................................................................... P ' Subcontractor List (contracts over $1 million)..................................... Subcontractors listed properly....................................................p Date and signature ..................................................................... 0" Contractor's Qualification Statement „..................................................[a, Completeand notarized .............................................................. Certification of Compliance with Wage Payment Statutes....................diµ'" ProposalSignature Page............ .........................................................a" All Addenda acknowledged ...........................I , Date, signature and address ...................................................... :lzf" BidBond Form ....................................................................................[2. ". Signature, sealed and dated .......................................................0 Powerof Attorney.......................................................................EY- (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form .................................................................( , . Signature ....................................................................................[ ... ChangeOrder Form..............................................................................C3 Bidder's Checklist .......... ......... ......... ....... ......... ......... ........13", The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed:. A) CITY OF SCENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. S. 228" St. UPRR Underground Utilities/Smith 32 July 31, 2018 Project Number: 07-3022 i PAYMENT AND PERFORMANCE BOND TO CITY OF KENT Bond No. S442746 KNOW ALL MEN BY THESE PRESENTS: i That we, the undersigned, Rnnrt f;nnctructinn Nortbwest. Ina as Principal, and Ennolovers Mutual Casualtv Companv _ a Corporation organized and existing under the laws of the State of t�9 t1�ItRgk�k,'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 $ 11923,246,25 _, 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. *Iowa This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that; WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of S. 2281h St. Union Pacific Railroad Underground Utilities/Project Number: 07-3022 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. S. 2281h St. UPRR Underground Utilities/Smith 33 July 31, 2018 Project Number: 07-3022 TWO WITNESSES: Road Construction Northwest, Inc. PRI NC I P%e•for 1) inci al s home above) TITLE: . P Ident DATE: 01zg11 g— DATE; Oz', ! ':uytltltlrtl.,—!r+i ON % yp •dI� AAAA CORPORATE SEAL; s` c Cr' �cb"'••N .. .. ... PRINT NAME04C*Apgpgtq43��,t♦" y «" TS A��etlBBOtltl1Ytll��tl'Y�g� �i DATE: 08/28/2018 Employers Mutual Casualty Company SURETY f CORPORATE SEAL: BY:C Heather L,Allen DATE: 08/28/2018 TITLE: Attorney-in-Fact !. ADDRESS: P013ox3199 Greenwood Village,CO 80155-3199 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 JeffreV M. KanVer Who signed the said bond on behalf of the Principal is the President 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. Matthew G. Wagester SECRETAR ASSISTANT SECRETARY i V l i S. 228" St. UPRR Underground Utilities/Smith 34 July 31, 2018 Project Number: 07-3022 /EMC P.O.Box 712•Des Moines,Iowa 50306-0712 INSURANCE POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company,an Iowa Corporation 4, Illinois EMCASCO Insurance Company,an Iowa Corporation 2. EMCASCO Insurance Company,an Iowa Corporation 5. Dakota Fire Insurance Company,a North Dakota Corporation 3. Union Insurance Company of Providence,an Iowa Corporation 6. El Property&Casualty Company,an Iowa Corporation hereinafter referred to severally as"Company"and collectively as"Companies",each does,by these presents,make,constitute and appoint: HEATHER L. ALLEN its true and lawful attorney-in-fact,with full power and authority conferred to sign,seal,and execute the Surety Bond: Any and All Bonds '.. and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company,and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire April Tat 2021 ,unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED:The President and Chief Executive Officer,any Vice President,the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to(1)appoint attorneys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of Indemnity and other writings obligatory In the nature thereof;and(2)to remove any such attorney-in-fact at any time and revoke the power and authority given to him or her,Attorneys-in-fact shall have power and authority,subject to the terms and limitations of the power-cf-attorney issued to them,to execute and deliver on behalf of the Company,and to attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof,and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon the Company.Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company.The facsimile or mechanically reproduced signature of such officer,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power-of-attorney of the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF,the Companies have caused these presents to be signed for each by their officers as shown,and the Corporate seals to be hereto affixed this 1st day of July 2018 . Seals BATc��Kelle 0,Ott tam of Todd Strother a n Companies 2,3,4,5&6;President Vice President of Companies 1,2&6;Treasurer of W4 u'rv " ' 's `"r•�'" Companies 1,2,3,4&6 w SEAL' ,r-.,R18G9 , q u =•',t 'Owq -`+- On this let day of July 2018 before me a Notary Public in and for the "i '" State of Iowa,personally appeared Bruce G, Kelley and Todd Strother, who, being by me duly sworn,did say that they are,and are known to me to be the CEO,Chairman,President •,n,�raMt,q and Treasurer, and/or Vice President, respectively,of each of the Companies above;that s"� `y the seals affixed to this instrument are the seals of said corporations;that said instrument SEAL 6 , SEAL v„- SEAL - was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors;and that the said Bruce G.Kelley and Todd Strother,as such officers, pan„'"< ?a,;r"�"��sµ,�r ,;�„,vv , '"�•' acknowledged the execution of said instrument to be their voluntary act and deed,and the voluntary act and deed of each of the Companies. III LOVi My Commission Expires October 10 2019 WCommission nbor'P& f f q V1r/1d(& Oyro ssic r 10,Zpi9ls, l.[,yr_............._------- m mm mm m mmmmNotaryPublT�In and fortheStateowa ....... CERTIFICATE I,James D.Clough,Vice President of the Companies,do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies,and this Power of Attorney issued pursuant thereto on flat day of July , 2018 ,are tiu6 and correct and are still In full force and eR1e In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Compally this gylay of Vice President 7838(7-18) 0000000 W6340 000 SSE 000000-00 "Far verification of the authenticity of the Power of Attorney you may call(515)345-2689." CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Road Construction Northwest, !nn, organized under the laws of the State of wachinn±on located and doing business at 5851 NE 4th. St Renton,-WA 98059 ("Contractor"), WITNESS: In consideration of the terms and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: S. 228`h St. Union Pacific Railroad Underground Utilities/Project Number: 07-3022 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 sixty (60) 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. 5, 228'"St. UPRR underground Utilities/Smith 35 July 31 2018 Project Number: 07-3022 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 INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. S, 2281h St. UPRR Underground Utilities/Smith 36 July 31, 2018 Project Number, 07-3022 CITY OF KENT BY: DANA RAALLPH, MAYOR DATE: 1cJ r" ATT °' WX KIMBERLEY A. V MOTO, CITY & K U D AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR Road Construcgon N r wes PRINT NAME. , ti �M. � el" 77 TITLE: President DATE:. � —_._..- S. 228w St UPRR Underground Utilities/Smith 37 July 31, 2018 Project Number: 07-3022 EXHIBIT A INSURANCE REQU I REMENTS FOR CONSTRUCTION PROJECTS Insurance The Licensee's (City of Kent is the Licensee) Contractor (hereinafter, Contractor) shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance. Commercial general liability (CGL) with a limit of not less than $5,000,000 each occurrence and an aggregate limit of not less than $10,000,000. CGL insurance must be written on ISO occurrence form CG 00 01 12 04 (or a substitute form providing equivalent coverage). The policy must also contain the following endorsement, which must be stated on the certificate of insurance: Contractual Liability Railroads ISO form CG 24 17 10 01 (or a substitute form providing equivalent coverage) showing the "City of Kent" and "Union Pacific Railroad Company Property" as the Designated Job Site. 2. Business Automobile Coverage insurance. Business auto coverage written on ISO form CA 00 01 (or a substitute form providing equivalent liability coverage) with a combined single limit of not less $2,000,000 for each accident. The policy must contain the following endorsements, which must be stated on the certificate of insurance: • Coverage For Certain Operations In Connection With Railroads ISO form CA 20 70 10 01 (or a substitute form providing equivalent coverage) showing the "City of Kent" and "Union Pacific Railroad Company Property" as the Designated Job Site. • Motor Carrier Act Endorsement - Hazardous materials clean up (MCS-90) if required by law. S. 2281" St. UPRR Underground Utilities/Smith 38 July 31, 2018 Project Number. 07-3022 EXI-11 B I T A continued 3. Workers Compensation and Employers Liability insurance. Coverage must include but not be limited to: • Statutory liability under the workers' compensation laws of the state(s) affected by this Agreement. • Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 disease policy limit $500,000 each employee. • If the Contractor is self-insured, evidence of state approval and excess workers compensation coverage must be provided. Coverage must include liability arising out of the U. S. Longshoremen's and Harbor Workers' Act, the Jones Act, and the Outer Continental Shelf Land Act, if applicable. 4. Railroad Protective Liability insurance. The Contractor shall maintain Railroad Protective Liability insurance written on ISO occurrence form CG 00 35 12 04 (or a substitute form providing equivalent coverage) on behalf of Railroad as named insured, with a limit of not less than $2,000,000 per occurrence and an aggregate of $6,000,000. A binder stating the policy is in place must be submitted to the City of Kent and the Union Pacific Railroad before the work may be commenced and until the original policy is forwarded to Railroad. 5. Umbrella or Excess insurance. If the Contractor utilizes umbrella or excess policies, these policies must "follow form" and afford no less coverage than the primary policy. 6. Pollution Liability insurance. Pollution Liability coverage must be included when the scope of the work as defined in the Agreement includes installation, temporary storage, or disposal of any "hazardous" material that is injurious in or upon land, the atmosphere, or any watercourses; or may cause bodily injury at any time. Pollution liability coverage must he written on ISO form Pollution Liability Coverage Form Designated Sites CG 00 39 12 04 (or a substitute form providing equivalent liability coverage), with limits of at least $5,000,000 per occurrence and an aggregate limit of $10,000,000. If the scope of work as defined in this contract includes the disposal of any hazardous or non-hazardous materials from the job site, the Contractor shall furnish to the City of Kent and the Railroad evidence of pollution legal liability insurance maintained by the disposal site operator for losses arising from the insured facility accepting the materials, with coverage in minimum amounts of $1 ,000,000 per loss, and an annual aggregate of $2,000,000. S. 2281h St. UPRR Underground Utilities/Smith 39 July 31, 2018 Project Number: 07-3022 EXH I B I T R continued B. Other Requirements 7. All policy(ies) required above (except business automobile, worker's compensation and employers liability) must include the City of Kent and the Union Pacific Railroad as "Additional Insured" using ISO Additional Insured Endorsement CG 20 26, (or substitute form(s) providing equivalent coverage). The coverage provided to Railroad as additional insured shall not be limited by the Contractor's liability under the indemnity provisions of this Agreement. BOTH THE CITY OF KENT AND UNION PACIFIC RAILROAD EXPECT THAT THEY WILL BE PROVIDED WITH THE BROADEST POSSIBLE COVERAGE AVAILABLE BY OPERATION OF LAW UNDER ISO ADDITIONAL INSURED FORM CG 20 26. 8. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the certificate of insurance), unless (a) insurance coverage may not lawfully be obtained for any punitive damages that may arise under this agreement, or (b) all punitive damages are prohibited by all states in which this agreement will be performed. 9. The Contractor waives all rights against the City of Kent, the Union Pacific Railroad and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the workers compensation and employers liability or commercial umbrella or excess liability insurance obtained by required by this agreement. 10.Prior to commencing the work, the Contractor shall furnish the City of Kent and the Union Pacific with certificate(s) of insurance, executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements in this Agreement. 11.All insurance policies must be written by a reputable insurance company acceptable to the City of Kent and the Union Pacific Railroad or with a current Best's Insurance Guide Rating of A- and Class VI I or better, and authorized to do business in the state(s) in which the work is to be performed. ROE 880702 Form Approved, AVP-Law 12.The fact that insurance is obtained by the Contractor will not be deemed to release or diminish the liability of the Contractor including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by the City of Kent and the Union Pacific Railroad from the Contractor or any third party will not be limited by the amount of the required insurance coverage. S. 2281" St. UPRR Underground Utilities/Smith 40 July 31, 2018 Project Number 07-3022 EXM M B I T A continued 13.The 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. S. 228`" St. UPRR Underground Utilities/Smith 41 July 31, 2018 Project Number: 07-3022 Client#: 105477 MCCACONS2 ACORD- CERTIFICATE OF LIABILITY INSURANCE DATE,MM,°DI""""' 09/1012018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT INAME Joy Arakaki Propel Insurance PHdrvE """ rax P 800 499-0933 1(Arc N1; 866 577 1326 Seattle Commercial Insurance E-MAIL ' "' -"—'"" " ADDRFSs joy.arakakif"plropellnsurance com 601 Union Street,Suite 3400 """" "' -- ------ Seattle, WA 98101-1371 INsuRER(s)AFFonDINc COVERAGE NAIcn INSURER A:The Phoenix Insurance Company 25623 INSURED INSURER° Travelers Property Casualty CoofAmerlca 25674 Road Construction Northwest Inc P.O. BOX 222$ INSURER C Homeland Insurance Company of New York_ 34452 INSURER D Travelers Indemnity Cc Of Connecticut 25682 Renton,WA 98056 - - -- -- -- INSURER E INSURER F: ...... ,.,., ..., COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR -ADDIFS09 POLICY EPP POLICY ExP -- OR __TYPE OF INSURANCE INSR "MVO POLICY NUMBER (MtdYiIDIYVYYl (MMdDDdYYVY� LIMITS A X COMMERCIAL GENERAL LIABILITY C0527D3347PHX18 5115/2018 05/15/2019 EACH OCCURRENCE _ $1,000,000 -ENL D. CLAIMS MADE XJ OCCUOCCURTC -EN LED(yr ....ul s300f@pp _ X PDDed: $5,000 _._ YYMLDEXP(AnyAnepellcd) $10„000 GEN L AGGREGAFE LIMI IF A.PPLIES PER GENERAL J RY AGGREGAFE _ s2000,000 GLICY XI JE1CI LAC PRODUCFS COMPIOPAUG s2,0001000 01HER $ D __ 8108B337350TCT18 511512018 05/15/2018 1,@pp,p@p AUTOMOBILE LIABILITY J.�lM(IIhpLRY�Cv'.... LVOhB'I X ANYAUTO BODILYhINJURY(Perpe,son) Y� OWNED SCHEDULED ALL FOS ONLY A,UFQS BODILY INJURY ecudTfl) s NJU HIRED NON OWNED )AMACE X ALL FOSONLY X D AUTOS s pf pr ac IdnnY( B X uMeREUA uae X "OLD CUPSJ02166818TIL 5115/2018 05116/2019 EACH OCCURRENCE _ $8,000,000 EXCESS LIAR „CLAIMS MADE AbGREGA TE __ . ............ ........ DED J,.X�RrTENrlF�,_$10A09 WORKERS COMPENSATION f A C0527D3347PHX18 511512018 05/15/201 IstrnTL,r�. j X "IN-„ AND EMPLOYERS LIABILITY _ ANY PROr RIETORIIAlarNF.NrE,XECUTVE�YIN (WA Stop Gap) E L q Ar TUDE EI s1 0@0 0@0 OFFICERVMEMBER FXCL JT5S. ryJ NIA ... ., 1 1 If Y,, d.ldlnvy In Ntf) EL DISEASE Pouc EASE EA Pa o�IR,E s1,rJ00,00p DESCRIPTION OF undo C_...P011utionNL1 crwmnnlon,g ter lro« ........ ... 'ab, 79333396/ 5115/2018 05/16/202 5,000,000 occurence 10,000,000 aggregate 5,000 deductible DESCRIPTION OF OPERATIONS I LOCATIONS l VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached iF more space is required) The General Liability,Auto Liability and Umbrella Liability policies include a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. RE: S.228th St-Union Pacific Railroad Underground Utilities. Project Number: 07-3022. City of Kent and Union Pacific Railroad Company are additional insured per attached endorsements. CERTIFICATE HOLDER CANCELLATION 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 98032-0000 AUTHORIZED REPRESENTATIVE Pw,. x1yw,/„q4 PyNIpYYmvwxmw'W ©1988-2015 ACORD CORPORATION.All rights reserved, ACORD 25(2016103) 1 Of 1 The ACORD name and logo are registered marks of ACORD #S3344230/M3344228 JYA00 Client#: 105477 MCCACONS2 ACORD,,, CERTIFICATE OF LIABILITY INSURANCE DATE,MMIDDIYYYY) 0911 az018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Joy Arakaki Propel Insurance PHONE 800 499-0933 11FA'd Seattle Commercial Insurance a11MORless. j yP p __. L{AIC Not. 866 577-1326 o arakak's ro elinsurance.com 601 Union Street,Suite 3400 __-- _-- -- -- INSURERISI AFFORDING COMERAGE NAICN Seattle,WA 98101-1371 .. .- ---..__..........",,..-,,, INSURER A:Travelers Indemnity Company 25658 INSURED .. ...... __ .... .... Road Construction Northwest Inc INSURER: P.O. Box 2228 INSURER C. NSURER 0 Renton,WA 98056 .,,.. -- --" " - -- - INSURER E: 111 INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILN ..__. __ AaDL SUB ...'.. ..... pOLIOY EPF PDLi01'ExF -- ._..,,..."..,.... TYPE OF INSURANCE FN$R WVD POLICY NUMBER [MM1fpDJ,YYVY) MMl00/YTYYt LIMITS ..... A COMMERCIAL GENERAL LIABILITY SPS-8J937613-IND 09J1012018 03110/2019 EACH OCCURRENCE s210®0y0D0 CLAIMS ..X OCCUR PRO k"4'-allE'(d RENTED .. ...._ R MI�iFS ('q uro,Igrrnmcal .. .. Railroad � MED E%P VYrvy an pulbrdmy 5 Protective Liability PERsoNALsapv INJURY s GENL AOUREGATE LIMIT APPLIES PER GLIJERAL acGaEct TE s6r000,000 PR ." .._ POLICY X JECO-f LOC PRODUCTS-COMPIOP AGG $ orHER, & AUTOMOBILE LIABILITY _ CC}MBVl�YkiO SINGaV.d.L(MIT ANY JFts aer uLrnly_ ... s5 OWNED BDOICl INJURY(Per person) E _ .... OWPIEp SCHEDULED BODILY INJURY )�AUTOS DNLV AUTOS (Per a Ident $ HIRED NON GAMED PROPERTY DAMAC E AUTOS ONLY AUTOS ONLY Werdcelg0P $ UMBRELLA LIAR pGGU EP CH OCC URR E NCOCCUR - - .. LIAR CLAIMS MADE Ill- ..._ _. .. E%CESS,. AGGREGASE g _..,_... .DLO �. RETENTIONS .....— $ WORKERS COMPENSATION AND EMPLOYERS LIABILITY f _ ,NY PROPRW FQRIPA R FNERIEXEGU FIVE Y 4 FY E L EACH ACGIDEN F OFFICERMCi'MUER EXCLUDED" NIA FA S P Sfil.4Vp,E. LRH. IMandatory In NHl .. r q deeG be U.YJ0t GL II7o$[ASE 'A EMPLOYEE S N 5DRINI�pAtJ C41F OPfi FUaPIpN below -- .._...Sv...... . ....... __. _... .,,... _ FL UISEGSE 'OLICY LIMIF $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may Be afached if more space Is required) RE: S. 228th St. Union Pacific Railroad Underground Utilities. Project Number: 07-3022, Union Pacific Railroad Company and City of Kent are additional insured per attached endorsements. CERTIFICATE HOLDER.... CANCELLATION Union Pacific Railroad Company SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 5200 Denver Ave S ACCORDANCE WITH THE POLICY PROVISIONS. Seattle,WA 98108-0000 AUTHORIZED REPRESENTATIVE e ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) 1 of 1 The ACORD name and logo are registered marks of ACORD #S3345964/M3345963 JYA00 Policy No C0527D3347PHX18 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement 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 may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Aircraft Chartered With Pilot H. Blanket Additional Insured — Lessors Of Leased B. Damage To Premises Rented To You Equipment C. Increased Supplementary Payments I. Blanket Additional Insured — States Or Political D. Incidental Medical Malpractice Subdivisions— Permits 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 M. Amended Bodily Injury Definition G. Blanket Additional Insured — Owners, Managers N. Contractual Liability—Railroads Or Lessors Of 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 n, do not 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 any person or prop- or lightning; or erty for a charge. e. Water, B. DAMAGE TO PREMISES RENTED TO YOU unless Exclusion f. of Section I — Coverage A 1. The first paragraph of the exceptions in Ex- — Bodily Injury And Property Damage Liability clusion 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. clusion 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 ©2011 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 nish 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 or omission a. A contract for a lease of premises. How- committed in providing or failing 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 5. The following is added to the DEFINITIONS SECTION II—WHO IS AN INSURED: 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: (i) "Incidental medical services" by any of a. Any premises while rented to you or tem- your "employees" who is a nurse practi- porarily occupied by you with permission tioner, registered nurse, licensed practical of the owner; or 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 premises for a period of seven or fewer (ii) First aid or "Good Samaritan services" by consecutive days any of your "employees" or "volunteer 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 busi- DITIONS is deleted. ness. Page 2 of 6 ©2011 The Travelers Indemnity Company.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 liability company, of which you are the ble Each Occurrence Limit, all related acts or sole owner or in which you maintain the ma- omissions committed in providing or failing to jority 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 AND PROPERTY DAMAGE LIABILITY, (1) Until the 180th day after you acquire or 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 pharmaceuti- form it, or cals committed by, or with the knowledge or consent of, the insured. (2) Until the end of the policy period, when 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 tinue 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 or or "property damage' that occurred before medical, dental, or surgical supplies or you acquired or formed the organization; and appliances. c. Coverage B does not apply to "personal in- "Good Samaritan services" means any emer- jury" or "advertising injury' arising out of an gency medical services for which no compen- offense committed before you acquired or sation is demanded or received. formed the organization. 6. The following is added to Paragraph 4.1p, 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 The insurance is excess over any valid and ANINSURED: collectible other insurance available to the in- Any of your subsidiaries, other than a partnership, sured, 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- nsured, 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 ©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 ANINSURED: ANINSURED: 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 is an insured, but only with respect to liability spect to liability for "bodily injury", "property dam- odily injury", "property damage", "personal or p injury" or"advertising injury"that: injury"or"advertising injury" that: age", "personal a. Is "bodily injury" or "property damage" that a. occurs soy aused injury"b or "property damage" that occurs, or is "personal injury" or advertisin personal injury" or "advertising injury" caused by an offense that is commit- njury" y an offense that is commit- ted, subsequent to the execution of that con- ted, subsequent to the execution of that con- tract or agreement, and tract or agreement, and b. Arises out of the ownership, maintenance or b. Is caused, in whole or in part, by your acts or use of that part of any premises leased to omissions in the maintenance, operation or 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- s subject to the following provisions, visions: a. The limits of insurance a. The limits of insurance provided to such provided to such equipment lessor will be the minimum limits premises owner, manager or lessor will be which you agreed to provide in the written the minimum limits which you agreed to pro- contract or agreement, or the limits shown on vide in the written contract or agreement, or the Declarations, whichever are less. the limits shown on the Declarations, which- ever are less. It. The insurance provided to such equipment b. The insurance provided to such premises lessor does not apply to any "bodily injury" or "property damage" that occurs, or "personal owner, manager or lessor does not apply to: 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- lease 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 The Travelers Indemnity Company.All rights reserved. CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY by any ordinance, law or building code to include (ii) 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- erations. that is your partner, joint venture 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 state 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 cluded 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 us 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 GEW 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 may 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 (1) Notice to us of such "occurrence" or of- "bodily injury" or "property damage" or pollution costs arising out of a discharge, release or es- fense must be given as soon as practica- 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 ment. is an individual (if you are a limited liability K. UNINTENTIONAL OMISSION company), any of your "executive offi- cers" or directors (if you are an organiza- The following is added to Paragraph 6., Repre- tion other than a partnership, joint venture sentations, of SECTION IV — COMMERCIAL or limited liability company) or any "em- GENERAL LIABILITY CONDITIONS: ployee" authorized by you to give notice The unintentional omission 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 6., Transfer (i) A partner or member of any part- Of Rights Of Recovery Against Others To Us, nership or joint venture, of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS, CG D3 16 11 11 ©2011 The Travelers 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 easement 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 leted, injury" in the DEFINITIONS Section: Page 6 of 6 ©2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 11 11 1 Policy No.: C0527D3347PHX18 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 ll) 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 "property damage" that oc- you or your subcontractor in the performance curs before the end of the period of time for of "your work" to which the "written contract which the "written contract requiring insur- requiring insurance" applies. The person or ance" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is insured with respect to the independent acts earlier. or omissions of such person or organization. 3. The insurance provided to the additional insured 2. The Insurance provided to the additional insured by this endorsement is excess over any valid and by this endorsement is limited as follows: collectible "other insurance", whether primary, a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is this Coverage Part shown in the Declarations available to the additional insured for a loss we exceed the limits of liability required by the cover under this endorsement. However, if the "written contract requiring insurance', the in- "written contract requiring insurance" specifically surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and nowt-contributer'y basis, quired by that "written contract requiring in- this, insurance is primary to "other insurance" surance". This endorsement shall not in- available to the additional insured which covers crease the limits of insurance described in that person or organization as a named insured Section III-Limits Of Insurance. for such loss, and we will not share with that b) The insurance provided to the additional in- "other insurance'. But the insurance provided to sired does not a to "bodily the additional insured by this endorsement still is apply y in iu ry ' prop_ excess over any valid and collectible "other in- erty damage" or "personal injury" arising out surance", whether primary, excess, contingent or of the rendering of, or failure to render, any on any other basis, that is available to the addi- professional architectural, engineering or sur- tional insured when that person or organization is veying services, including: an additional insured under such "other insur- i. The preparing, approving, or failing to ance". prepare or approve, maps, shop draw- 4. As a condition of coverage provided to the ings, opinions, reports, surveys, field or- 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- ii. Supervisory, inspection, architectural or reri or an offense which may result in a engineering activities. Claim. To the extent possible, such notice should include: CG D2 46 08 05 ©2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY L How, when and where the "occurrence" any provider of"other insurance"which would or offense took place; cover the additional insured for a loss we ii. The names and addresses of any injured cover under this endorsement. However, this persons and witnesses; and condition does not affect whether the insur- ance provided to the additional insured by ill. The nature and location of any injury or this endorsement is primary to "other insur- damage arising out of the "occurrence" or ante" available to the additional insured offense. which covers that person or organization as a b) If a claim is made or"suit" is brought against named insured as described in paragraph 3. the additional insured, the additional insured above. must: 5. The following definition is added to SECTION V. i. Immediately record the specifics of the — DEFINITIONS: claim or"suit" and the date received; and "Written contract requiring insurance" means ii. Notify us as soon as practicable. that part of any written contract or agreement under which you are required to include a The additional insured must see to it that we person or organization as an additional in- receive written notice of the claim or "suit" as sured on this Coverage Part, provided that soon as practicable. the "bodily injury" and "property damage" oc- c) The additional insured must immediately curs and the "personal injury" is caused by an send us copies of all legal papers received in offense committed: connection with the claim or "suit", cooperate a. After the signing and execution of the with us in the investigation or settlement of contract or agreement by you; the claim or defense against the "suit", and otherwise comply with all policy conditions. b. While that part of the contract or d) The additional insured must tender the de- agreement is in etfect; and fense and indemnity of any claim or "suit" to c. Before the end of the policy period. Page 2 of 2 ©2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 COMMERCIAL GENERAL LIABILITY POLICY NUMBER: CO527D3347PHX18 ISSUE DATE: - - THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE I Designated Project Designated Project(s): General Aggregate(s): EACH "PROJECT" FOR WHICH YOU HAVE AGREED, GENERAL AGGREGATE LIMIT 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 greyate 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 expenses caused by accidents un- a. Insureds; der COVERAGE C. (SECTION 1), which cannot be attributed only to operations at a single desig- nated "project" shown in the Schedule above: c. Persons or organizations making claims or bringing "suits I CG D2 11 01 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 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. Page 2 of 2 Copyright,The Travelers Indemnity Company, 2004 CG D2 11 01 04 Policy No.: 8108B337350TCT18 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY„ BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement, The following listing is a general cover- age description Only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and 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 an "insured" An Insured, of SECTION II — COVERED AUTOS under the Who Is An Insured provision contained LIABILITY COVERAGE: in Section II. Any organization you newly acquire or form dur- 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 not Who Is An Insured, of SECTION II — COV- separately insured for Business Auto Coverage. ERED AUTOS LIABILITY COVERAGE: Coverage under this provision is afforded only un- An "employee" of yours is an "insured" while til the 180th day after you acquire or form the or- operating an "auto" hired or rented under a ganization or the end of the policy period, which- contract or agreement 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 ness. 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 be cov- 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 C 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 "in- D. EMPLOYEES AS INSURED sured" against, and investigate or set- tle 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. (iii) We may, at our discretion, participate E. SUPPLEMENTARY PAYMENTS — INCREASED in defending the "insured" against, or LIMITS in the settlement of, any claim 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 "property 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. tion 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.7., 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 darnages, 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 jurisdiction, for Cov- and collectible other 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 an "auto" you lease, hire, rent (c) This insurance is not a substitute for re- quired or compulsory insurance in any or borrow from any of your "employees", country outside the United States, its ter- partners (if you are a partnership), members ritories and possessions, Puerto Rico and (if you are a limited liability company) or Canada. members of their households. Page 2 of 4 ©2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO You agree to maintain all required or (2) In or on your covered "auto". compulsory Insurance in any such coup- This coverage applies only in the event of a total try up to the minimum 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 same extent we would have been liable The following is added to Paragraph B.3., Exclu- had you complied with the compulsory in- sions, of SECTION III — 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 more 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 assume no responsibility for the only: furnishing of certificates of insurance, or a. If that "auto" is a covered "auto" for Compre- for compliance in any way with the laws hensive Coverage under this policy, of other countries relating to insurance. b. The airbags are not covered under any war- G. WAIVER OF DEDUCTIBLE— GLASS rarI 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 $1,00C 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- tive prompt notice of the "accident" or "loss" ap- 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 loss of use is $65 per day, to a maximum of b A partner If you area partnership) $750 for any one "accident", ( ) ( , I. PHYSICAL DAMAGE — TRANSPORTATION (c) Aarmember (if you are a limited liability con- P y); EXPENSES— INCREASED LIMIT (d) An executive officer, director or insurance The following replaces the first sentence in Para- manager (if you are a corporation or other or- graph A.4.a., Transportation Expenses, of ganization), or SECTION III — PHYSICAL DAMAGE COVER- AGE: (e) Any "employee" authorized by you to give no- tice of the "accident" or"loss". We will pay up to $50 per day to a maximum 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 cov- Of Rights Of Recovery Against Others To Us, ered "auto" of the private passenger type, of SECTION IV — BUSINESS AUTO CONDI- J. PERSONAL PROPERTY TIONS: The following is added to Paragraph A.4., Cover- 5. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any fight of recovery we may have Personal Property against any person or organization to the ex- We will pay up to $400 for "loss" to wearing ap- tent required of you by a written contract 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 permission. I COMMERCIAL AUTO I 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 col- The following is added to Paragraph B.2., Con- lect 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 ©2015 The Travelers Indemnity company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance services Office, Inc.with its permission, Policy No.: CUP5J02166818TIL UMBRELLA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY (UMBRELLA) INSURANCE The following is added to Paragraph 11., OUR RIGHT a. "Bodily injury" or"property damage" caused by an TO RECOVER FROM OTHERS., of SECTION IV — "occurrence" that takes place; or CONDITIONS.: b. "Personal injury" or "advertising injury" caused by If the insured has agreed in a contract or agreement an "offense"that is committed; to waive that insured's right of recovery against any subsequent to the execution of the contract or agree- person or organization, we waive our right of recovery ment. against such person or organization, but only for payments we make because of: UM 04 88 07 08 zV 2008 The Travelers Companies, Inc. Page 1 of 1 Includes the copyrighted material of Insurance services Office. Inc.with its permission. This page has been left blank intentionally, 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 -3 1 -04 Scope of the Work .......................................................... 1 -4 1 -05 Control of Work .............................................................. 1 -5 1 -06 Control of Material .......................................................... 1 -11 1 -07 Legal Relations and Responsibilities to the Public,..... ..... 1-13 1 -08 Prosecution and Progress ................................................. 1-17 1-09 Measurement and Payment .............................................. 1 -18 1-10 Temporary Traffic Control ................................................ 1-18 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions—......... ..... ..... ....... 2-1 2-03 Roadway Excavation and Embankment .............................. 2-3 2-06 Subgrade Preparation ........................................... .....-.... 2-4 2-07 Watering ................................................. . ..................... 2-4 DIVISION 4 BASES.................................................................... 4-1 4-03 Gravel Borrow .......................................... ...................... 4-1 4-04 Ballast and Crushed Surfacing .......... ., 4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .,.,,„........ 5-1 5-04 Hot Mix Asphalt ...... ..................... ...... .............. . .. .- 5-1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS.............. 7-1 7-00 General Requirements ............................................1........ 7-1 7-01 Drains ......................................................--................ . 7-4 7-02 Culverts ........................................................................ 7-4 7-04 Storm Sewers .............................................. .................. 7-10 7-05 Manholes, Inlets, Catch Basins, and Drywells ...................... 7-10 7-06 Temporary Drainage Bypass............................................. 7-19 7-08 General Pipe Installation Requirements .............................. 7-21 7-20 Protective Steel Plates ..................................................... 7-27 S. 2281" St. UPRR Underground Utilities/Smith July 31, 2018 Project Number: 07-3022 KENT SPEC I AL PROV I S I ONS TABLE OF CONTENTS PAGE DIVISION 8 M I SCELLANEOUS CONSTRUCT I ON ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-03 Irrigation Systems ......................................................—, 8-9 8-04 Curbs, Gutters, and Spillways ........................................... 8-10 8-12 Chain Link Fence and Wire Fence .....................—......... ..... 8-10 8-18 Mailbox Support ............................................................. 8-11 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical............................... 8-12 8-21 Permanent Signing.......................................................... 8-15 8-22 Pavement Marking .......................................................... 8-15 8-23 Temporary Pavement Markings......................................... 8-20 8-28 Pothole Utilities .............................................................. 8-20 8-30 Project Signs.................................................................. 8-21 8-32 Undergrounding of Electrical Facilities ................................ 8-23 DIVISION 9 MATERIALS............................................................ 9-1 9-03 Aggregates .................................................................... 9-1 9-13 Riprap, Quarry Spalls, Slope Protection, and Rock For Erosion and Scour Protection and Rock Walls ...................... 9-3 9-14 Erosion Control and Roadside Planting ............................... 9-3 9-16 Fence and Guardrail ........................................................ 9-8 9-19 Annular Space Grouting ................................................... 9-9 9-28 Signing Materials and Fabrication ............................. ......... 9-12 9-29 Illumination, Signal, Electrical........................................... 9-13 KENT STANDARD PLANS .............................. ................................... A-1 WSDOT STANDARD PLANS.............................................................. A-2 TRAFFIC CONTROL PLANS ............................................— .................. A-3 GEOTECHNICAL REPORTS .......................— ..................................... A-4 PROJECTSIGN................................................................................ A-5 KING COUNTY WASTEWATER TREATMENT DIVISION GENERAL LETTER OF AUTHORIZATION .......................................................... A-6 CONTRACTOR'S RIGHT OF ENTRY AGREEMENT............................— A-7 PREVAILING WAGE RATES......................,. ...................................... A-8 S. 2281" St. UPRR Underground Utilities/Smith July 31, 2018 Project Number: 07-3022 KENT SPEC AL Pp C' VISIO S 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. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01. 1 IS SUPPLEMENTED BYADDING 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 BYADD/NG THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT PROVISIONS" DEFINITION, IS SUPPLEMENTED WITH THE FOLLOWING: 1-01.3 Definitions 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; S. 228`" St. UPRR Underground Utilities/Smith 1 - 1 July 31, 2018 Project Number: 07-3022 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. 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 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 1S DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at KentWA,gov/doitig-business/bids- procurem ; 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 S. 2281" St, UPRR Underground Utilities/Smith 1 - 2 July 31, 2018 Project Number: 07-3022 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. 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. 1-n3 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 "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. S. 228`" St, UPRR Underground Utilities/Smith 1 - 3 July 31, 2018 Project Number, 07-3022 1-04 SCOPE OF THE WORK 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 1-04.9 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. S. 2281" St, UPRR Underground Utilities/Smith 1 - 4 July 31, 2018 Project Number 07-3022 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS SECTION 1-05.4 IS REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 1-05.4 Conformity With and Deviations From Plans and Stakes To the extent a conflict exists between the requirements of WSDOT Section 1 -05.4 and Kent Special Provision Section 1-05.5, the requirements of KSP Section 1 -05.5 will prevail. DIVISION 1 IS SUPPLEMENTED BYADDING 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 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 S. 2281^ St. UPRR Underground Utilities/Smith 1 - 5 July 31, 201B Project Number. 07-3022 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. 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 S. 2281" St. UPRR Underground Utilities/Smith 1 - 6 July 31, 2018 Project Number: 07-3022 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 Ildl'ork requests must be made at least 3 working days in advance of the rewired 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 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. S. 228"' St, UPRR Underground Utilities/Smith 1 - 7 July 31, 2018 Project Number: 07-3022 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 +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline Slope staking +/-800-1200 lineal feet (top and toe) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor S. 228"' St. UPRR Underground Utilities/Smith 1 - 8 July 31, 2018 Project Number, 07-3022 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 WITH THE FOLLOWING NEW SUBSECTION. 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that S. 2281h St. UPRR Underground Utilities/Smith 1 - 9 July 31, 2018 Project Number: 07-3022 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. 14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contracts existing or known to be pending at the time of bid. The Contractor shall coordinate with utility companies for the supply, delivery and placement of materials for the joint utility trench as shown or called out in the plans and these specifications. The Contractor shall coordinate with the City's consultant or their subcontractor for the placement of settlement monitoring devices including trenching and placement of wires or conduit as shown or called out in the plans and these specifications. 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 S. 228'h St, UPRR Underground Utilities/Smith 1 - 10 July 31, 2018 Project Number: 07-3022 considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED /N ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 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 (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 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. S. 2281h St, UPRR Underground Utilities/Smith 1 - 11 July 31, 2018 Project Number: 07-3022 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. 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. S. 228t" St. UPRR Underground Utilities/Smith 1 - 12 July 31, 2018 Project Number: 07-3022 The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2, "APPROVED AS NOTED" — Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07. 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: S. 228"' St. UPRR Underground Utilities/Smith 1 - 13 July 31, 2018 Project Number: 07-3022 1-07.6 Permits and Licenses The City has obtained the following permits: Union Pacific's — Contractor's Right of Entry Agreement Metro's General Authorization for Construction Dewatering Maximum discharge covered under this permit is 25,000 GPW. If the Contractor needs to discharge in excess of the 25,000 GPW the Contractor shall apply for an individual authorization for construction dewatering permit from Metro as required by Metro. 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. 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 DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage, created by their actions during construction, to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by other means; however, the Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07. Utilities and Similar Facilities S. 228" St, UPRR Underground Utilities/Smith 1 - 14 July 31, 2018 Project Number: 07-3022 If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1 -07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 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 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. S. 229"' St. UPRR Underground Utilities/Smith 1 - 15 July 31, 2018 Project Number. 07-3022 AT&T Centuryl-ink Dan McGeough Jason Tesdal 425-896-9830 206-345-3488 206-683-4242 (cell) Comcast Puget Sound Energy Gas Jerry Steele Glenn Helton 253-288-7532 253-395-6926 425-559-4647 (cell) Puget Sound Energy Power Verizon Jason Airey Scott Christenson 253-437-6701 425-636-6046 206-348-9637 (cell) 425-471-1079 (cell) Zavo Jason Accuardi 206-456-2858 971-340-0530 (cell) SECTION 1-07. 18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH; 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1 - 07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07,23(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.23(2) Construction and Maintenance of Detours The Contractor shall be allowed to close S. 2281h St. at the Union Pacific Railroad tracks to through traffic between 72ntl Ave. S. and 76th Ave. S. to perform his operations. Prior to the closure of 228`h St. the Contractor shall implement the setup of the traffic control detour as shown in the Kent Special Provisions, including advanced notifications of road closure using the PCMS's as shown. Local traffic to all businesses within the road closure area shall be maintained, and access to all properties shall be maintained throughout the project. 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. S. 228"' St, UPRR Underground Utilities/Smith 1 - 16 July 31, 2018 Project Number: 07-3022 It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. S. 228"'St. UPRR Underground utilities/Smith 1 - 17 July 31, 2018 Project Number: 07-3022 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 1-08.5 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. 1-09 MEASUREMENT AND PAYMENT 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. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment S. 228`h St. UPRR Underground Utilities/Smith 1 - 18 July 31, 2018 Project Number, 07-3022 Payment will be made in accordance with Section 1 -04.1 , for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1 -10.2(1)B, and Section 1 -10.3(1 ) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Su ervisor" 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 unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow 5icp (SAS " per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1 - 10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." The unit contract price per each for "Tvne I I I Barricade (Roadway and Pedestrian)" will be full pay for performing the work specified where required both roadway and pedestrian models (permanent and temporary per Kent Standard Plans 6-71aM and 6-71bM), including the furnishing, installing, cleaning, and maintaining. 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. S. 228"' St. UPRR Underground Utilities/Smith 1 - 19 July 31, 2018 Project Number: 07-3022 When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1 . The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1 -07.23(3) of the WSDOT Standard Specifications. S. 2281° St, UPRR Underground Utilities/Smith 1 - 20 July 31, 2018 Project Number, 07-3022 Wyl 2 - EARTHWCIIRK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02. 1 1S 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 1S 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 2-02.5 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: 7ctuaf death in inches (square yards) x 6 inches = quantity For example, if the Contractor encounters pavement to be removed which is 8 inches thick and 100 square yards then the quantity would be: 8 100' x 6 = 133 S.Y. No other compensation shall be allowed, "Remove Cement Concrete Sidewalk" "Remove Existing Reinforced Cement Concrete DriVQAt Pavement" S. 2281° St. UPRR Underground Utilities/Smith 2 - 1 July 31, 2016 Project Number: 07-3022 The unit contract price per square yard for the above items 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 72" 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, dewatering, permanent or temporary plugging and sealing of remaining pipe ends, neatly cutting pipe ends, removal, disposal, and backfilling with gravel borrow and compaction. The temporary by-pass of the existing storm drainage, and any other items necessary for a temporary by-pass system, shall be paid for by force account under a separate bid item. "Saw Cut Existing Asphalt Concrete Pavement" "Saw Cut Exlstina Cement Concrete Pavement" The unit price contract price per lineal foot for the above items constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: �ictual deil in inches (length) x 6 Inches = quantity For example, if the Contractor encounters pavement to be saw cut which is 8 inches thick and 100 linear feet then the quantity would be: 8 length x 6 = 133 LF. No other compensation shall be allowed, It may be necessary to provide multiple saw cuts where called out on the plans or in the specifications in order to perform the work and the S. 228'h St. UPRR Underground Utilities/Smith 2 - 2 July 31, 2018 Project Number. 07-3022 required pavement reconstruction. Each vertical saw cut shall be measured per lineal foot. 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 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. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.1 Description The Contractor shall furnish, install, and operate all necessary equipment to keep excavations free from water during construction, and shall dewater and dispose of the water so as not to cause injury to public or private property or nuisance to the public. Sufficient pumping equipment in good working condition shall be available at all time for all emergencies, including power outage, and shall have available at all time competent workers for the operation of the pumping equipment. When uncontaminated groundwater with a pH range of 6.5 — 8.5 is encountered in an excavation on a project covered by NPDES Construction Stormwater General permit, it may be disposed of as follows: 1 . When the turbidity of the groundwater is 25 NTU or less, it may bypass detention and treatment facilities and be discharged into the stormwater conveyance system at a rate that will not cause erosion or flooding in the receiving surface water body. 2. When the turbidity of the groundwater is not more than 25 NTU above or 125 percent of the turbidity of the site stormwater runoff, whichever is greater, the same detention and treatment facilities as used to treat the site runoff may be used. 3. When the turbidity of the groundwater is more than 25 NTU above or 125 percent of the turbidity of the site stormwater runoff, whichever is greater, the groundwater shall be treated separately from the site stormwater. Alternatively, the Contractor may pursue independent disposal and treatment alternatives that do not use the stormwater conveyance system. S. 2281h St. UPRR Underground Utilities/Smith 2 - 3 July 31, 2018 Project Number: 07-3022 SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. 2-06 SUBGRADE PREPARATION SECTION 2-06.3(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. 2-07 WATER I NG SECTION 2-07.4 1S DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement S. 228" St. UPRR Underground Utilities/Smith 2 - 4 July 31, 2018 Project Number: 07-3022 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. S. 228`" St. UPRR Underground Utilities/Smith 2 - 5 July 31, 2018 Project Number: 07-3022 QI VISIOM 4 - BASES DIVISION 4 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW 4-03.1 Description This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Kent Special Provisions: Gravel Borrow .......................... 9-03.14(1) 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4- 04.3. 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4-04.4. 4-03.5 Payment Payment will be made in accordance with Section 1 -04.1 , for the following bid item when they are included in the Proposal: The unit contract price per ton for "Gravel Borrow. Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the gravel borrow as shown on the plans and described in the specifications. This item shall be used for roadway subbase, backfill for water, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. 4-04 BALLAST AND CRUSHED SURFACING 4-04. Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: S, 2261" St. UPRR Underground Utilities/Smith 4 - 1 July 31, 2018 Project Number: 07-3022 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before;approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment The unit contract price per ton for "Crushed Surfacing Tol.. Course, 5/8 Inch Minus" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. S, 228°i St. UPRR Underground Ulifities/Smith 4 - 2 July 31, 2018 Project Number: 07-3022 DIVISION 5 - SURFACE TREATMENTS AND PAYYMENTIS NOTE: If the contract 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. 5-04 HOT MIX ASPHALT THE ENTIRE SECTION 5-04 IS DELETED AND REPLACED WIH THE FOLLOWING: 5-04.1 Description (March 5, 2078 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 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 S. 228" St. UPRR underground utilities/Smith 5 - 1 July 31, 2018 Project Number: 07-3022 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). 5-04.2(1)A Vacant 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. S. 22S" St UPRR Underground Utilities/Smith 5 - 2 July 31, 2018 Project Number: 07-3022 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 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 S. 228' St. UPRR Underground Utilities/Smith 5 - 3 July 31, 2018 Project Number: 07-3022 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. 5-04.2(2)B Using Warm Mix Asphalt Processes (March 5, 2018 APWA GSP) The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA, Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: • Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. • Before using additives, obtain the Engineer's approval using WSDOT Form 350-076 to describe the proposed additive and process. 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 1" 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 Temperature for Paving ------ - - Compacted Thickness Wearing Course Other Courses (Feet) Less than 0.10 5 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 S. 2281h St, UPRR Underground Utilities/Smith 5 - 4 July 31, 2018 Project Number: 07-3022 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. 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 8-23. 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. Thisdevice 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 S. 2281" St. UPRR Underground Utilities/Smith 5 - 5 July 31, 2016 Project Number: 07-3022 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. 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-O4.3(3)B Hauling Equipment (March 5, 2018 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 45OF 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-O4.3(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 inthe 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. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. S. 2281" St. UPRR Underground Utilities/Smith 5 - 6 July 31, 2018 Project Number: 07-3022 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 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. A joint 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, 2078 APWA GSP) A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer's approval, unless otherwise required by the contract. Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may S. 228"' St. UPRR Underground Utilities/Smith 5 - 7 July 31, 20118 Project Number: 07-3022 be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1 . Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1 . Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 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. 5-04.3(4) Preparation of Existing Paved Surfaces (March 5, 2018 APWA 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 S. 228'h St. UPRR Underground Utilities/Smith 5 - S July 31, 2018 Project Number: 07-3022 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-1 h 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. 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. S. 2281h St. UPRR Underground Utilities/Smith 5 - 9 July 31, 2018 Project Number: 07-3022 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 orjoints 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 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, 2018 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: S, 228°M1 St, UPRR Underground Utilities/Smith 5 - 10 July 31, 2018 Project Number: 07-3022 a. Cracks Y4 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)B Vacant 5-04.3(4)C Pavement Repair (March 5, 2018 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. 5-04.3(5) Producing/Stockpiling Aggregates and RAP (March 5, 2078 APWA GSP) Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. S. 2281"St, UPRR Underground Utilities/Smith 5 - 11 July 31, 2018 Project Number; 07-3022 5-04.3(5)A Vacant 5-04.3(6) Mixing (March 5, 2078 APWA GSP) 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 25OF 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: S. 2281" St. UPRR Underground Utilities/Smith 5 - 12 July 31, 2018 Project Number: 07-3022 HMA Class 1 " 0.35 feet HMA Class 3/4" and HMA Class 1/2" wearing course/final lift 0.17 feet other courses 0.25 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. HMA Tolerances and Adjustments S. 228" St, UPRR Underground Utilities/Smith 5 - 13 July 31, 2018 Project Number; 07-3022 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 Passinq Evaluation_ Evaluation /4", . ........ _. ..._____..._...- -_ - ._... . _. 1 3/4 ', Yz and 3/8" +/- 6% +/- 8% sieves ................................ _......__ ° .................................... ° No. 4 sieve +/-6/° +/- 8/° No. 8 Sieve - +/- 6% ........................... _ ....... ..................... No. 200 sieve +/ 2.0% +/- 3.0% _............. ....... _........--. Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5 /° 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 /z", 1 ", 3/4", 1/z", 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-O4.3(9)A Vacant 5-O4.3(9)B Vacant 5-O4.3(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-O4.3(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. S. 228°i St. UPRR Underground Utilities/Smith 5 - 14 July 31, 2018 Project Number: 07-3022 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 sublot will be a minimum of 400 tons and may be increased to 1200 tons. 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 sublots 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 sublet. 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 . S. 2281h St, UPRR Underground Utilities/Smith 5 - 15 July 31, 2018 Project Number. 07-3022 5-O4.3(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: ......._............._— — __.._m_ ....._ .... Table of Price Adjustment Factors . ...._.._ _...._.. .. Constituent Factor "f" All aggregate passing 1 Y2 1 ", 3/4" 112" 3/s" and No.4 2 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 sublets 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 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-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 S. 228"' St. UPRR Underground Utilities/Smith 5 - 16 July 31, 2018 Project Number: 07-3022 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 sublot 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. 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 sublots 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 S. 228"' St. UPRR Underground Utilities/Smith 5 - 17 July 31, 2018 Project Number 07-3022 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. 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 sublot 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 sublot 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 sublot 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 sublot. 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. S. 2281° St. UPRR Underground Utilities/Smith 5 - 18 July 31, 2018 Project Number: 07-3022 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 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 175OF. 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)C Vacant 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 S. 228°i St. UPRR Underground Utilities/Smith 5 - 19 July 31, 2018 Project Number: 07-3022 design that will be tested for acceptance, with a maximum of 15 sublets per lot; the final lot for a mix design may be increased to 25 sublets. Sublets 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 sublet 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 material conforming to the Specifications can be produced. . ........ ....... _ HMA Original Plan Quantity Sublot Size (tons) (tons) <20,000 100 20,000 to 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 sublet, with one test per sublet. 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 sublet 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 S, 2281° St. UPRR Underground Utilitics/Smith 5 - 20 July 31, 2018 Project Number: 07-3022 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. 5-04.3(11) Reject Work (March 5, 2078 APWA GSP) 5-O4.311 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-O4.3(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 5, 228'h St. UPRR Underground Utilities/Smith 5 - 21 July 31, 2018 Project Number: 07-3022 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). 5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot 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 PF; 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, 2018 APWA GSP) 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse 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: 1V 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 S. 2281" St. UPRR Underground Utilities/Smith 5 - 22 July 31, 2018 Project Number: 07-3022 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. 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 4HAV. 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-O5.3(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, 2078 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 S. 2281" St, UPRR Underground Utilities/Smith 5 - 23 July 31, 2018 Project Number: 07-3022 kinds. The completed surface of the wearing course shall not vary more than '/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 Y4 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 dueto 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 5-04.3(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. S. 228`^ St. UPRR Underground Utilities/Smith 5 - 24 July 31, 2018 Project Number: 07-3022 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. 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 butt joints 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 5. 228'" St. UPRR Underground Utilities/Smith 5 - 25 July 31, 2018 Project Number, 07-3022 detection survey, or from the Contractor's failure to notify the Engineer of any hidden metal that is detected. 5-O4.3(14)B Paving And Planing Under Traffic 5-O4.3(14)B1 General In addition the requirements of Section 1 -07.23 and the traffic controls required in Section 1-10, 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 -10.2(2). 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. S. 22V St. UPRR Underground Utilities/Smith 5 - 26 July 31, 2018 Project Number. 07-3022 5-04.3(14)B2 Submittals - Planing Plan And Hma Paving Plan The Contractor must submit a separate planing plan and a separate 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. When requested by the Engineer, the Contractor must provide each operation's traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. 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 1-10.20, 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 HMA 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 S. 228t° St. UPRR Underground Utilities/Smith 5 - 27 July 31, 2018 Project Number: 07-3022 show HMA joints relative to the final pavement marking lane lines. S. 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, 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 5-04.3(14LB2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. S. 2281" St. UPRR Underground utilities/Smith 5 - 28 July 31, 2018 Project Number: 07-3022 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. 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, 201 B 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. 5-04.3(17) Pavement Reinforcement The Contractor shall install the asphalt interlay fabric at the locations and to the dimensions shown on the Plans and as directed by the Engineer. The interlay fabric shall be placed on existing asphalt or concrete pavement to be overlaid with HMA mix specified in the contract. CONSTRUCTION REQUIREMENTS All equipment, tools, and machines used in the performance of the work shall be subject to the approval of the Engineer and shall be maintained in satisfactory working condition at all times. S. 2281h St, UPRR Underground Utilities/Smith 5 - 29 July 31, 2018 Project Number. 07-3022 Equipment for surface cleaning shall be capable of effectively removing oil, grease, dust, dirt or other objectionable materials from the pavement. Application equipment shall consist of suitable brooms, distributor, and laydown machine as required. The distributor shall have a capacity of not less than 1 ,000 gallons and shall be so designed, equipped, maintained and operated that asphalt material of an even heat shall be uniformly applied at the required rate. It shall be insulated and equipped with an adequate heating device. It shall be equipped with a 10-foot spray bar with extensions, pressure pump and gauge, with a volume gauge so located as to be observed easily by the inspector from the ground, a tachometer to control accurately the speed and spread of asphalt, and two thermometers, one to be installed permanently in the tank to indicate temperature of the asphalt at all times. The power for operating the pressure pump shall be supplied by an independent power unit which will develop a minimum of 25 pounds per square inch pressure at the spray bar. The laydown machine shall consist of a small tractor with attachment for the fabric installation. Bucket loaders or backhoes are not permitted for installation. The Contractor shall not begin application of the interlay fabric until he has demonstrated, to the satisfaction of the Engineer, that all labor, equipment, and materials necessary to apply the interlay fabric are either on hand or readily available. MATERIALS The approved products are: 1 . TenCate Mirafi MPM30 (PGM-30) 2. Tensar GlasPave 25 3, Roadmat RM35 The material properties of the asphalt interlay fabric shall conform to all design and nominal performance standards of TenCate Mirafi MPM30 (PGM-30), Tensar GlasPave 25, Roadmat RM35 or the properties listed below in Table 2.01 . Submittals shall include independent confirmation of the material properties. Table 2,01 — Physical Properties of the asphalt inte lay fabric Property ASTM Test Units Min. Avg. Method Roll Value Tensile Strength @ 00 bs/in 200 Tensile Strength @ 90" D5035 200 Tensile Elonqation % < 5.0 Melting Point (glass) D276 °F (°C ) 450" (232n) Asphalt Retention D6140 gal/vdz 0.10 Mass per Unit Area D5261 oz/yd2 4.0 S. 2281" St. UPRR Underground Utilities/Smith 5 - 30 July 31, 2018 Project Number: 07-3022 STORAGE The paving interlayer rolls shall be labeled, with a durable label indicating manufacturer, product name or style number, roll and lot number, and roll dimensions shall be attached to each roll. The paving interlayer rolls shall be delivered and handled in a manner to prevent damage and shall be inspected for defects and damage prior to use. The paving interlayer shall be stored in a dry covered condition, free from dust, dirt, off the ground, flat to prevent bowing, protected from precipitation, ultraviolet radiation, strong chemicals, sparks and flames, temperatures in excess 71 °C (160 °F) and other environmental condition that could cause damage. WEATHER AND MOISTURE LIMITATIONS Work shall not be done during wet weather conditions nor when the pavement and ambient air temperatures are below 50°F. The pavement shall be surface-dry at the time of the application of the asphalt. SURFACE PREPARATION All areas of base failure shall be remove and replaced to acceptable industry standards for the specific traffic loads and condition of the project. Pre-Leveling, if necessary, shall be done prior to placing paving interlayer. The pavement surface shall be free of all foreign materials such as dirt, grease, etc. Prior to applying the asphalt, all dust and loose material shall be removed from the pavement surface with compressed air. Existing cracks shall be filled as specified elsewhere under "Crack Sealing." In an overlay or milled surface application, repair all failed pavement areas prior to installation of the paving interlayer. Fill all cracks '/4" or greater with approved material. Immediately prior to placement of paving interlayer, the pavement surface shall be dry, cleaned of anything that would interfere with adhesion, for E.g., vegetation, moss, dirt, gravel or water. A leveling or "scratch" course is recommended when road surface is not acceptable and shall be of proper gradation and sufficient thickness to achieve a smooth, level surface with no gaps greater than '/4" depth and width or be acceptable to the project engineer. A finish grind may be used as an alternative to an asphalt leveling course being placed, when you can achieve the final surface texture has no cracks, gaps or vertical angles greater the '/4" depth and width or be acceptable to the project engineer. In all cases the surface must be clean and dry and the application rate of the Hot PG grade asphalt binder shall be increased to insure complete interlayer saturation and bonding. S. 2281h St. UPRR Underground Utilities/Smith 5 - 31 July 31, 2018 Project Number. 07-3022 INSTALLATION A. Apply the asphalt interlay fabric in a hot PG graded asphalt binder. Asphalt Emulsion is NOT acceptable for placing paving interlayer due to time delay for it to break and the difficulty in insuring quality as installed. B, Asphalt Binder 1 . A hot asphalt binder shall be applied to saturate the paving interlayer (min. to be the asphalt retention rate) plus amount needed to bond to existing surface and the new overlay. The asphalt binder to be used shall be PG58H —22 (PG64 -22) or higher. Sustained ambient temperatures (above 900) may require a stiffer binder gradation like PG58V —22 (PG70 -22) or higher to improve set time and reduce risk of fabric pick-up under construction traffic. 2. The hot asphalt binder shall be applied per the paving interlayer manufacturer or as directed by the Engineer. For TenCate Mirafi MPM30 the hot asphalt binder shall be applied at a rate of 0.10 Gal/SY on a new HMA leveling surface. On an old smooth surface or a clean fine milled surface apply hot asphalt binder shall be applied at a rate of 0.12 Gal/SY. For Tensar GlasPave 25 the hot asphalt binder shall be applied at a rate of 0.15 Gal/SY on a new pavement surface, 0.17 Gal/SY on an aged oxidized surface, and a rate of 0.2 Gal/SY on a milled surface. 3, Spray application shall extend four (4) inches wider than width of paving interlayer on lap side. Hot asphalt binder application shall be wide enough to cover the entire width of engineered paving mat material overlaps. The hot asphalt binder shall be applied only as far in advance of the engineered paving mat material installation as is appropriate to ensure a tacky surface at the time of the engineered paving mat material placement. Traffic shall not be allowed on the hot asphalt binder. 4, The hot asphalt binder shall be applied by a distributor truck in a smooth uniform manner at as low a temperature as is possible to achieve the right application rate, depending on ambient and road surface temperatures and type of PG asphalt binder used. Temperature of the hot asphalt binder shall be sufficiently high enough to permit uniform spray pattern and shall be between 3501 F and 4001 F. The air temperature shall be 500 F and rising for placement of the hot asphalt binder coat. C, The paving interlayer shall be installed with equipment in good working order that is capable of installing the fabric without wrinkles or manually as needed and recommended by manufacturer. S. 228" St. UPRR Underground Utihucs/Smith 5 - 32 July 31, 2018 Project Number, 07-3022 1 . Initial alignment of the interlay fabric is very important, since the fabric direction cannot be changed appreciably without causing wrinkles. If the alignment of the interlay fabric must be changed, the fabric shall be cut and realigned, overlapping the previous material and proceeding as before. 2. If manual lay-down methods are used, the paving fabric shall be unrolled, aligned, and placed in increments of approximately thirty (30) feet or as project engineer suggest. 3. The material shall be placed flat and wrinkle-free. The paving interlayer installation may require hand brooming as necessary to eliminate ripples that may occur during installation. 4, Brooming or squeegee of paving interlayer is required to insure adequate adhesion into the hot asphalt binder before the hot asphalt binder has cooled and lost tackiness. If the interlayer wrinkles more than 1 " height during installation, the wrinkle shall be cut and lapped in the direction of paving. In these repaired areas, additional hot asphalt binder shall be applied as needed to achieve a sound bond to the substrate. Damaged engineered paving mat shall be removed and replaced, per the manufacturer's recommendations, at the contractor's expense with the same type of material. 5, To ease installations around curves, the paving fabric can be placed in shortened lengths by mechanical equipment or by hand. 6. Paving interlayer shall be lapped two (2) to four (4) inches longitudinally and two (2) to four (4) inches transversely. Transverse laps shall be in the direction of the asphalt concrete overlay placement insuring hot asphalt binder is placed under the overlap. The interlay fabric shall be neatly cut and contoured at all joints. 7. Excess hot asphalt binder that bleeds through the engineered paving mat under normal construction traffic shall be countered by broadcasting clean sand or hot mix to create a bond break between the excess hot asphalt binder and the construction equipment tires. Excess blotting sand shall be removed from the interlayer prior to placing the HMA overlay. No other material, such as asphalt release agents or diesel, shall be used for this purpose. 8, No traffic, except necessary construction traffic or emergency vehicles, shall be driven on the engineered paving mat, unless approved by the engineer. If traffic on the interlayer is approved by the engineer, clean sand shall be lightly broadcasted over the engineered paving mat interlayer, and any loose sand shall be removed prior to paving. 5, 223" St. UPRR Underground Utilities/Smith 5 - 33 July 31, 2018 Project NumUer: 07-3022 9. Turning of construction equipment and other vehicles shall be gradual and kept to a minimum to avoid damage to the paving interlayer. Caution: Parking on the installed paving fabric prior to final overlay for extended periods could cause damage to the interlayer. 10. Placement of the first lift of the HMA overlay shall closely follow placement of the engineered paving mat. All areas in which the engineered paving mat has been placed shall be paved during the same day, unless approved otherwise by the engineer. In the event of rainfall on the engineered paving mat prior to the placement of the first HMA overlay lift, the engineered paving mat shall be allowed to dry before the HMA is placed. The compacted thickness of the first lift of the HMA overlay on the engineered paving mat shall not be less than 1 .5 inches, and the temperature of the mix at placement shall not exceed the engineered paving mat melting point temperature. Where the total HMA overlay thickness is less than 1 .5 inches, engineered paving mat shall not be placed. NOTE: Minimum lift thickness should be at least 3 times the nominal maximum aggregate size to ensure aggregate can align themselves during compaction to achieve required density and also to ensure mix is impermeable. 11 . Paving interlayer should never be installed when it or the pavement surface is wet. 12. The Contractor shall not place more interlay fabric on the roadway than can be overlaid the same day with Hot Mix Asphalt. No fabric, except that which is required for normal lapped joints, shall be exposed to traffic. 13. In the event of breakdown of the paving operation, the interlay fabric which has not been overlaid shall be dusted with sand to break the tackiness of the sealant so traffic does not pick up the fabric. The application rate shall uniformly dust the roadway as approved by the Engineer. More than one application of sand may be required. Before placing the asphalt concrete, the fabric surface shall be broomed to remove the excess sand as directed by the Engineer. The sand shall meet the graduation requirements of the Section 9- 03.1 (2)B of the WSDOT Standard Specifications. WORKMANSHIP AND QUALITY CONTROL A Technical Representative for the manufacturer of the paving interlayer shall be on the project to work with the Contractor's personnel and to provide the necessary technical assistance to ensure the satisfactory placement of the interlay fabric and HMA overlay. The representative shall not leave the project until the Engineer is satisfied that the Contractor has a full understanding of what is required to place the interlay fabric satisfactorily. The installing contractor shall give sufficient notice of planned work schedule such that proper inspection of workmanship is accomplished. S. 228`' St. UPRR Underground Utilities/Smith 5 - 34 July 31, 2018 Project Number: 07-3022 1 . Daily, the Contractor shall certify that interlayer was installed per plans and specifications and confirm, by weight tickets and measuring asphalt used, that the hot asphalt binder usage equates to the specified amount for proper interlayer saturation and bonding. 2, Hot asphalt binder application rate shall not be reduced without the Engineer's approval. 3, Certification of compliance from the binder supplier shall be provided for each load of hot asphalt binder delivered to the jobsite, showing the type and quality of material delivered. 4. The Contractor shall provide satisfactory confirmation to the Engineer, for each Street Section, showing the total quantity of asphalt binder installed, at the proper application rate as published by the manufacturer. 5-04.4 Measurement HMA Cl. 1/2" PG 58V-22, HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component ofthe mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. 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 "Hot Plant Mix for Temporary Pavement Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, maintaining, removing and disposing of Hot Plant Mix used for temporary patching of pavement at the locations as specified herein and as directed by the Engineer. The unit Contract price per ton for "HMA Class Y2",_PG58V-22" shall be full compensation for all costs incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in the Subsection and which are included in the Proposal. This work shall include the cost to install an asphalt thickened edge and/or the pre-leveling work in the areas identified on the plans. The cost for anti-stripping additive and water shall be included in this bid item. S. 228" St. UPRR Underground Utilities/Smith 5 - 35 July 31, 2018 Project Number: 07-3022 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 S. 2281h St. UPRR Underground Utilities/Smith 5 - 36 July 31, 2018 Project Number: 07-3022 STRUCTURES; SANITARY SEWERS, WATER MAI NSAND-GOAN-DULITE-A DIVISION 7 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 7-00 GENERAL REQUIREMENTS 7-00.1 Requirements for All Utilities The following requirements apply to all underground utility or conduit installations and related construction. 7-00.1 (3) Construction Requirements for All Utilities 7-00.1 (3)A Dewatering Pipe trenches shall be kept free from water during excavation, pipe laying and jointing, and pipe embedment, in an acceptable manner. Surface water shall be diverted, and ground water shall be kept pumped down, or otherwise removed, to the extent necessary to keep the trench free from water and the bottom stable. Before trenching operations begin, the Contractor shall have available on the site of the work sufficient pumping equipment and/or other machinery to assure that the provisions of the above paragraph can be maintained. Additional measures may be necessary to insure proper construction conditions, including such items as allowable ditch widths. They shall be the responsibility of the Contractor. If well points are used, 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. Dewatering wells, if used, shall be installed and decommissioned by a licensed well driller and in accordance with WAC 173-160. Unhydrated bentonite shall not be used to seal or abandon wells within 4 feet of final pavement subgrade. Once commenced, the dewatering operation shall be continuous until construction and backfipling 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 continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. In the event of failure of dewatering equipment, such that the dewatering operation is stopped, the Contractor shall immediately notify the Engineer and restore the operation of the dewatering equipment at once. In the event of damage to 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. S. 228t° St. UPRR Underground Utilities/Smith 7 - 1 July 31, 201B Project Number: 07-3022 All dewatering operations shall be adequate to assure the integrity of the finished project, and shall be the responsibility of the Contractor. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from his 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. The Contractor may discharge to the existing sanitary sewer system after applying for and receiving the appropriate discharge permits from METRO. 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. 7-00.1 (3)B Pipe Clearances At locations of pipe crossing between new or existing pipes the minimum vertical clearance should be one-half foot. 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. 7-00.1 (3)C Adjustment, Resetting and Relocation of Utilities Adjustment or resetting of existing improvements to finished grades or new improvements including but not limited to catch basins, manholes, utility valves, water meter boxes and/or assemblies, blowoffs, grates, cleanouts, monument cases and covers in accordance to the plans and Specifications of the Contract or as directed by the Engineer shall be S. 228"' St. UPRR Underground Utilities/Smith 7 - 2 July 31, 2018 Project Number: 07-3022 accomplished by the Contractor. The final adjustments shall be done after the final lift of asphalt is placed when located within an asphalt area. Necessary relocation of City utilities shall be done by the Contractor. All construction in performing adjustment, resetting or relocation of existing utilities shall conform to the Standard Specifications, Standard Plans and City of Kent Standard Details for new construction. Also see Section 7-05.3 of the Kent Special Provisions. Locating all existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities 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 arlditi^nal —t to tha i itirt.( rnm pan v or the City, even if the Contractor has vacated the project site V 7-00.1 (3)E Trench Excavation and Backfill Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. Trench backfill in paved (street, sidewalk) areas or other areas where minor settlement would be detrimental as determined by the Engineer, shall be placed in successive layers not exceeding eighteen (18) inches in loose thickness, except that the layers of the top two (2) feet shall not exceed eight (8) inches in loose thickness. Each layer shall be compacted to at least 95% of maximum density in paved areas and 90% in unpaved areas measured in accordance with ASTM D 1557 (Modified Proctor). The trench shall be backfilled with Bank Run Gravel for trench backfill and Pipe Zone Bedding as specified in the proposal. See Section 9- 03.12 of the Special Provisions. All materials shall be from a pit approved by the Engineer. The maximum particle size shall not exceed 6" or 2/3 the depth of the layer being placed, whichever is less. 7-00.7 (5) Payment Payment for the above adjustments, resettings_and relocations including all labor, materials, tools and equipment shall be considered incidental to the construction and all costs shall be included by the Contractor in the unit contract price of other bid items except for those items which are specifically included in the proposal. Payment for said items shall be included under the app_pro sp Late bid item. S. 228'" St. UPRR Underground Utilities/Smith 7 - 3 July 31, 2018 Project Number, 07-3022 7-02 CULVERTS SECTION 7-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-02.2 Materials Pipe material for culverts shall be in accordance with Section 7-04.2 of the Kent Special Provisions except that PVC pipe cannot be used for culvert pipe. 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 High-Density Polyethylene (HDPE) Pipe ......... .... 9-05.23 Annular Space Grouting.................................... 9-19.0 Steel Casing Pipe...................................... ....... 9-29.1 (7) Fittings for Ductile Iron Pipe........ .......... ............ 9-30.2 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)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.3(1)A1 Specification and Requirements for High-Density Polyethylene (HDPE) Pipe and Fittings This specification covers requirements for the profile wall high-density polyethylene (HDPE) pipe and fittings for the storm sewer pipe. S. 2281° St. UPRR Underground Utilities/Smith 7 - 4 July 31, 2018 Project Number: 07-3022 General Conditions: 1 . The installation and construction of the high-density polyethylene (HDPE) storm sewer pipe and fittings shall be performed in accordance with the manufacturer specifications as shown on the plans and as directed by the Project Engineer. 2. All work shall be inspected by an Authorized Representative of the Owner who shall have the authority to halt construction if, in his opinion, these specifications or standard construction practices are not being followed. Whenever any portion of these specifications is violated, the Project Engineer or his Authorized Representative, shall, by written notice, order further construction to cease until all deficiencies are corrected. Ireni Pipe Installation Submittals Construction and Supervision Experience The Contractor shall provide written documentation of construction and supervision experience to the Engineer for review in accordance with Section 1 -05.3 of the Standard Specifications. This submittal shall demonstrate the contractor's ability to satisfy the following minimum experience criteria: 1 , The Contractor or subcontractor shall have a minimum of five years experience in installing trenchless pipes by the method(s) proposed for this project. The submittal shall include a list documenting at least 3 projects constructed within the past five years, on which the Contractor or subcontractor has successfully installed 400 feet of trenchless pipe 24-inches or larger in diameter, and a description of the project, relative size and the phone number of the owner's representative for the referenced project. 2. On-site supervisors shall have a minimum of two years experience supervising the installation of trenchless pipe by the method(s) proposed for this project. The Contractor shall submit a list identifying the on-site supervisors who will be assigned to the project with a summary of each individual's work experience. Work shall not start until the Contractor's experience qualifications are accepted by the Project Engineer. Substituting personnel requires the Project Engineer's approval. High Density Polyethylene (HDPE) Pipe and Fittings Qualification of Manufacturers: The manufacturer shall have manufacturing and quality control facilities that are capable of producing and assuring the quality of the storm S. 2281^ St. UPRR Underground Utilities/Smith 7 - 5 July 31, 2018 Project Number. 07-3022 sewer pipe and fittings required by these specifications. The manufacturer's production facilities shall be open for inspection by the owner or his Authorized Representative. 1 . Profile wall high density polyethylene (HDPE) pipe and fittings shall be furnished by a manufacturer with a minimum of 10 years' experience in the United States in the manufacture of profile wall polyethylene pipe meeting ASTM F 894 and HDPE fittings fabricated from pipe meeting ASTM F 894 requirements with a cell classification of 445574C per ASTM D-3350. Upon request, a manufacturer's physical property data sheet shall be supplied. 2. Black material shall contain a minimum 2% carbon black for long- term protection against UV degradation. The base resin used in the manufacture of the product shall contain a high quality anti- oxidant package. 3. Elastomeric gaskets shall comply with the non-pressure requirements of ASTM F477. The joint assembly lubricant shall have no detrimental effect on the gasket or on the pipe. 4. Polyethylene pipe shall be manufactured in accordance with ASTM F 894 and shall have integral bell and spigotjoints meeting ASTM D 3212 or shall be plain ended for field joining. 5. Polyethylene fittings shall be fabricated from sections of pipe meeting ASTM F 894 using extrusion welding. Fittings shall be constructed with integral bell and spigotjoints that are compatible with the pipe or shall be plain ended for field joining, 6. Threaded outlets and caps for pressure and temperature measurement shall be provided as specified in approved shop drawings. 7, Custom fabricated pipe and fittings shall be manufactured in accordance with shop drawings that are approved by the Engineer prior to fabrication. To ensure joint quality and compatibility, the same manufacturer shall produce pipe and fittings. HDPE Pipe and Fitting .Jointing Requiremgnts 1 , Fieldjoining shall be by bell and spigotjoints meeting ASTM D 3212 that are sealed using an elastomeric profile gasket that fits in a machined circumferential groove in the spigot, or by gasketed flanges or by field fusion. 2. Joints shall be aligned and assembled in accordance with the manufacturer's instructions. 1 . Flanged connections: Option A, HDPE Plate Flange to be drilled in field to match mating hole pattern: Option B, Wound Flange with back-up ring meeting an ANSI B16.1 , 125-lb. drilling pattern. S. 228L' St. UPRR Underground Utilities/Smith 7 - 6 July 31, 2018 Project Number: 07-3022 Flange gaskets shall be full faced, 3/8-in. thick rubber or elastometer of 60-durometer hardness. Handling, (Construction and Installation 1 . Unloading and transport shall be performed in accordance with instructions provided by the delivery driver. Pipe and fittings shall be handled with lifting and equipment that is of proper capacity and in safe operating condition. Pipe and fittings shall not be pushed, pulled, rolled or dropped off the truck. All pipe and fittings shall be examined before installation and no piece that is found to be defective or damaged shall be installed. Damage occurring after installation shall be corrected at the installer's expense in accordance with the Engineer's instructions and the manufacturer's recommendations. 2. Underground installations using open cut and burial techniques shall be performed in accordance with ASTM D2321 and ASTM D1668 or as specified by the project engineer. The contractor shall observe all appropriate safety requirements in accordance with local, state and federal codes and regulations. 3. All pipe and fittings shall be clean and undamaged before installation. When pipe laying is not in progress the open ends of the pipeline shall be closed by watertight plugs or other approved means. Good alignment shall be preserved in laying. The deflection atjoints shall not exceed the deflection limits recommended by manufacturer. Where crossing utilities are encountered when opening the trench, pipe and fittings as necessary to reroute system pipe or crossing utility piping shall be provided. 4. Backfilling of trenches shall commence immediately after pipe is placed in the trench. Shoring, sheeting, or trench shields shall be utilized in such a manner as to minimize disturbance of backfill material beneath the pipe crown. Where moveable trench shields are used, steps shall be taken not to disturb the pipe embedment. 5, Pipe embedment shall be placed in lifts. Backfill material placed under the pipe haunches shall be thoroughly shovel sliced along the length of the pipe. Where compaction of backfill materials is required, compact by mechanical means such as vibratory sleds, gasoline driven impact tampers, and air driven impact tampers, or other approved means. Compact to a minimum of 90% Standard Proctor or as required by the Engineer. 6, After completing backfill in the pipe zone, the trench shall be backfilled to grade with native soil. Where pipe is located beneath S. 2281^St. UPRR Underground Utilities/Smith 7 - 7 July 31, 2018 Project Number: 07-3022 roads, compact backfill to a minimum of 95% Standard Proctor density. HDPE profile pipe shall not be subject to roller or wheel loads until a minimum of one diameter or 36" (whichever is larger) of backfill has been placed over the top of the pipe. I Inspection and Tests: 1 , Contractor shall conduct leakage tests on the completed pipeline in accordance with either 5.1 .2, Infiltration Leakage or 5.1 .3, Exfiltration Leakage Testing. The allowable leakage shall not exceed 10 gallons per pipe diameter inch per mile per day. The Contractor shall furnish all supplies, materials, water (if required), labor, etc., needed to conduct leakage tests. Any leakage, including active seepage, shall be corrected where such leakage exists until the pipeline meets the requirements of this specification. Infiltration Leakage Inspection: The pipeline shall be inspected for infiltration. Inspection may be made following a heavy rain or by flooding the area above the pipe so that water level is eighteen inches or more above the crown of the pipe or as instructed by the Engineer. Exfiltration Leakage_Testing: Pipelines shall be tested with low- pressure air in accordance with ASTM F1417. The time in minutes that is required for the internal air pressure to drop from 3.5 psig to 2.5 psig shall be measured and the results compared with the values calculated in accordance with ASTM F1417, Appendix XI . If any section fails the leakage test, the Contractor shall correct the deficiency and retest that section without additional cost to the Owner. 2. After completion of any section of the pipe, the grades,joints, and alignment shall be true to line and grade. There shall be no visual leakage and the control system shall be completely free from any cracks and from protrudingjoint materials, sand deposits, mortar, or other materials on the inside to the satisfaction of the Engineer. 3. Vertical pipe deflection after at least thirty days shall not exceed five percent of the base ID of the pipe per ASTM F894. Deflection shall be checked in accordance with the manufacturer's recommendations by pulling a mandrel through the line, or by measuring vertical inside diameter. 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 S. 228" St. UPRR underground Utilities/Smith 7 - 8 July 31, 2018 Project Number: 07-3022 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. SECTION 7-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04,5 Payment "Ductile Iron Storm Sewer Pipe, 12 Inch Diameter" "Ductile Iron Storm Sewer Pipe, 18 Inch Diameter" The unit contract price per lineal foot for the above items 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, rigid 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. "Connect Existing 12 Inch Pipe to New 60 Inch HDPE Pipe Slipline" „Connect Existing 18 Inch Pi e to New 60 lunch I-RDPE Pipe Sli line" The unit contract price per each for the above items shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to connect the sized pipe to the new 60 inch diameter HDPE pipe at the locations shown on the plans and described in the specifications. The bid item price includes, but is not limited to: any additional trench excavation, unsuitable material excavation, dewatering, backfill and compaction, fittings, rigid couplings, gaskets, any additional cutting and resealing of the existing 72" CMP casing pipe, inspection and any additional costs for overtime work if done on weekends. The unit contract price per lineal foot for "Slipline 72 Inch CMP Storm Sewer Pipe with HDPE Storm sewer Pipe Class 400,60 Inch Diameter" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new 60 inch pipe inside the existing 72 inch 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; hauling, dewatering; annular space grouting, backfill and compaction (when native material is to be used), skidding, couplings, and gaskets. "HDPE Class 400 Solid Wall Beveled Spool with Bell End 60 Inch ID" "HDPE Class 400 Solid Wall Spool Spigot x Flanged End, 60 Inch ID" The unit contract price per each for the above items shall be complete compensation for all labor, materials, tools, supplies and equipment S. 228" St. 11PRR Underground Utilities/Smith 7 - 9 July 31, 2018 Project Number: 07-3022 SECTION 7-05.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.2 Materials Polyethylene Materials used to manufacture the pipe and fittings shall be high density, extra high molecular weight polyethylene material having a minimum cell classification of 445574C according to ASTM D 3350 and a Hydrostatic Design Basis (HDB) of 1600 psi (at 73 degrees F) according to ASTM D 2837. Pipe Manufacturer shall only use resins listed in the Plastic Pipe Institute's TR 4. Clean rework material, generated by the manufacturer's own production may be used as long as the pipe produced meets the applicable requirements of this section, Rubber gaskets shall comply in all respects with the physical requirements specified in the non-pressure requirements of ASTM Specification F-477. They shall be molded or produced from an extruded shape approved by the manufacturer and spliced into circular form. The lubricant used for assembly or bell and spigot joint shall have no detrimental effect on the gasket or on the pipe. The materials for detention vaults and wet vaults shall be as shown on the Plans, including but not limited to precast concrete vaults, maintenance access items, and flow restrictor features. Precast concrete vaults shall follow the design, material, and submittal requirements of Section 7-02.3(6). The material for stormwater filter systems shall consist of a precast concrete manhole that houses passive, radial flow, siphon-actuated, and rechargeable media filled filtration cartridges. The rechargeable media-filled filter cartridges shall incorporate a protective hood over the media cartridge and a siphon-actuated surface self-cleaning mechanism to increase the effective life of the filter media and to reduce the accumulation of material on the cartridge/media interface. Filter cartridge screen shall consist of 1 " x 1/2" welded wire fabric (16 gauge minimum) with a bonded PVC coating. Internal parts shall consist of ABS or PVC material. Siphon-priming float shall be constructed from high-density polyethylene (HDPE). All miscellaneous nuts, bolts, screws, and other fasteners shall be stainless steel or aluminum. Filter media shall be provided by the same manufacturer as the stormwater filtration system or an approved alternate source. Filter media shall consist of one or more or the following, as specified in the stormwater filtration system data block, or by the Engineer. Perlite Media: Perlite media shall be made of natural siliceous volcanic rock free of any debris or foreign matter. The perlite media shall have a bulk density ranging from 6.5 to 8.5 .b/ft3 and particle sizes ranging from that passing through a 0.50 inch screen and retained on a U.S. Standard #8 sieve. S, 228`h St. UPRR Underground Utilities/Smith 7 - 11 July 31, 2018 Project Number: 07-3022 necessary to furnish and install the HDPE pipe sections at the locations shown on the plans and described in the specification. The bid item price includes, but is not limited to: any additional trench excavation; hauling; dewatering; backfill and compaction (when native material is to be used), couplings, gaskets, fittings and connection to the new storm pipe. Additional costs for overtime work when working on weekends will be included in the unit price. The unit contract price per lineal foot for "HDPE Storm Sew r Pipe, Class 400 60 Inch Diameter" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the 60 inch 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; material hauling; dewatering; backfill and compaction (when native material is to be used), fittings, couplings, gaskets and any additional costs for overtime work when working on weekends. "HDPE Storm Sewer Pipe Bend (60" x 60" x 36"), Class 400, 2-Sergi. 45. DegreeMH" "HDPE Storm Sewer Pie Bend 60" x 60" x 36" Class 400 3-Se 75 Degree MW The unit contract price per each for the above items shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the HDPE pipe bends at the locations shown on the plans and described in the specification. The bid item price includes, but is not limited to: any additional trench excavation; hauling; dewatering; backfill and compaction (when native material is to be used), couplings, gaskets, fittings and connection to the new storm pipe. Additional costs for overtime work when working on weekends will be included in the unit price. The unit contract price per each for "Storm Sewer Pi' e Connection" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to connect existing 18 inch storm sewer pipe to existing 12 inch storm sewer pipe as shown on the plans and described in the specifications. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYU4IELLS SECTION 7-05. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.1 Description This work consists of installing complete and operable detention vaults, wet vaults, and stormwater filter systems as well as catch basins and storm manholes, as shown on the Plans and specified herein. All references in this Division to inlets, manholes and catch basins shall also be constructed to include the detention vaults, wet vaults, and stormwater filter systems. S. 228`^ St. UPRR Underground Utilities/Smith 7 - 10 July 31, 2018 Project Number: 07-3022 CSF Media: CSF media shall be made exclusively of composted fallen deciduous leaves. Filter media shall be granular. Media shall be dry at the time of installation. The CSF leaf media shall have a bulk density ranging from 40 to 50 lb/ft3 and particle sizes ranging from that passing through a 0.50 inch screen to that retained on a U.S. Standard #8 sieve. Metal Rx Media: Metal Rx media shall be made exclusively of composted fallen deciduous leaves. Filter media shall be granular. Media shall be dry at the time of installation. The Metal Rx media shall have a bulk density ranging from 40 to 50 lb/ft3 and particle sizes ranging from that passing through a U.S. Standard #8 sieve to that retained on a U.S. Standard #14 sieve. Zeolite Media: Zeolite media shall be made of naturally occurring clinoptilolite, which has a geological structure of potassium-calcium- sodium aluminosilicate. The zeolite media shall have a bulk density ranging from 44 to 48 lb/ft3, particle sizes ranging from that passing through a U.S. Standard #4 sieve to that retained on a U.S. Standard #6 sieve, and a cation exchange capacity ranging from 1 ,0 to 2.2 meq/g. Granular Activated Carbon: Granular activated carbon (GAC) shall be made of lignite coal that has been steam activated. The GAC media shall have a bulk density ranging from 28 to 31 lb/ft3 and particle sizes ranging from that passing through a U.S. Standard #4 sieve to that retained on a U.S. Standard #8 sieve. Zeolite-Perlite-Granular Activate Carbon (ZPG) : ZPG is a mixed media that shall be composed of a 1 .3 ft3 outer layer of 100% Perlite (see above) and a 1 .3 ft3 inner layer consisting of a mixture of 90% Zeolite (see above) and 10% Granular Activated Carbon (see above). SECTION 7-05.3 IS SUPPLEMENTED BYADD/NG 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 , 4-2, 5-1 and 5-2 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 4-2. 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 S. 228'h St. UPRR Underground Utilities/Smith 7 - 12 July 31, 2018 Project Number: 07-3022 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. Manhole frame and covers shall be cast gray or ductile iron and shall comply with the following WSDOT Standard Plans as applicable: B-30.70-03 Circular Frame (Ring) and Cover-Type 2 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 5-4 through 5-16 as applicable. Miscellaneous catch basin details shall be in accordance with Kent Standard Plan 5-3. Care must be taken to insure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. PVC pipe adaptors shall be KOR-IN-SEAL type flex joints or sand collars or other materials as approved by the Engineer to permit slight differential movement. All pipe materials other than the above shall be mudded directly into,the manholes and catch basins using a smooth forty five (45) degree bevel from the pipe to the structure meeting ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. Block lettering is required on the top surfaces of storm drain castings, and shall read as follows: "OUTFALL TO STREAM, DUMP NO POLLUTANTS" HDPE Manholes The HDPE manhole shall be fabricated to meet the design requirements of ASTM F-1759, based on soil and installation information supplied by the Purchaser or the Engineer. The riser shaft shall be manufactured in accordance with ASTM F-894, shall be of solid wall construction only, and shall be specified by the Standard Inside-Dimension Ratio (SIDR) or the Inside-Dimension Ratio (IDR). The riser SIDR or IDR shall be of a sufficient wall thickness that the manhole meets the requirements of ASTM F-1759. S. 2281h St. UPRR Underground Utilities/Smith 7 - 13 July 31, 2018 Project Number: 07-3022 The riser and stubout pipes shall be homogeneous throughout and free from visible cracks, holes, foreign inclusions or other injurious defects. Connections to HOPE fittings and structures shall have a smooth surface suitable for gasket sealing. PE Pipe and Manholes shall be produced by the same manufacturer. Storm Filter Manholes If the storm filter manholes are stored before installation, the top slab shall be placed on the manhole sections using the 2' x 4' wood provided in such a manner as to prevent contamination from the site entering the box. All internal fittings installed by the manufacturer shall be left in place. The filter manholes shall be placed on a compacted subgrade with a minimum 10 inch gravel base meeting the requirements of Section 9- 03.9(3), crushed surfacing base course. All internal wooden forms and protective mesh cover shall be left intact and undisturbed once the unit has been installed. Only the temporary wooden shipping blocks between the box and the top slab shall be removed. The top lid shall be sealed onto the filter manholes before backfill using a non-shrink grout, butyl rubber, or other Engineer approved waterproof seal. Activation of the storm filter manhole units shall only be performed by the supplier. Activation shall not occur until the site is fully, stabilized and cleaned in such a manner as to prevent debris and eroded soil from entering the unit. Contractor shall submit the manufacturer's approved water quality manhole installation, operation, and maintenance manuals for the system. If a vault unit is stored before installation, the top slab shall be placed on the box using the 2'x4' wood provided in such a manner as to prevent contamination form the site entering the box. All internal fittings installed by the manufacturer shall be left in place. The vaults shall be placed on a compacted subgrade with a minimum 10 inch gravel base meeting the requirements of Section 9-03.9(3), crushed surfacing base course. All internal wooden forms and protective mesh cover shall be left intact and undisturbed once the unit has been installed. Only the temporary wooden shipping blocks between the box and the top slab shall be removed. The top lid shall be sealed onto the box before backfill using a non-shrink grout, butyl rubber, or other Engineer approved waterproof seal. S, 2281° St. UPRR Underground Utilities/Smith 7 - 14 July 31, 2018 Project Number: 07-3022 Activation of the water quality vault unit shall only be performed by the supplier. Activation shall not occur until the site is fully, stabilized and cleaned in such a manner as to prevent debris and eroded soil from entering the unit. Contractor shall submit the manufacturer's approved water quality vault installation, operation, and maintenance manuals for the system. SECTIN 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-05.3A Installation Manholes will be handled per the Manufacturer's written recommendations. The Manufacturer will provide lifting lugs to assist with handling unless otherwise agreed to by the Manufacturer and Purchaser. Achieve stable and permanent support under and around the manhole. Install the manhole in a dry trench. Place sufficient crushed stone or other Class I material to provide a stable foundation. The thickness of the foundation layer shall be a minimum of 8 inches. Compact the foundation material to 95% Standard Proctor density. Alternatively, the manhole can be set on a properly designed reinforced concrete slab on a stable foundation. The embedment surrounding the manhole shall extend to at least 3.5 feet or to the trench wall, whichever is the greater distance, for manholes placed in stable insitu soils. In unstable soil, the embedment shall extend to a distance equal to at least one manhole diameter (but not less than 3.5 feet) or to the trench wall, whichever is the greater distance. Embedment shall be placed from the invert to the top of the manhole, and shall consist of Class I or I I material compacted to at least 90% Standard Proctor density in 12" lifts. Place backfill evenly around the manhole to prevent moving the manhole structure out of alignment. 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 S, 228'h St. UPRR Underground Utilities/Smith 7 - 15 July 31, 2018 Project Number: 07-3022 completing the adjustments, at no adlditional', coast to the utility company or t hie 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 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. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. SECTION 7-05,3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(2) Abandon Existing Manholes S. 2281° St. UPRR Underground Utilities/Smith 7 - 16 July 31, 2018 Project Number: 07-3022 Manholes being abandoned shall have the top four feet removed and the remainder of the structure filled with bankrun gravel for trench backfill or gravel borrow as included in the proposal and shall otherwise be in accordance with Section 7-05.3(2) of the WSDOT Standard Specifications. SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(3) Connections to Existing Manholes It shall be the Contractor's sole responsibility to protect the existing sewer system from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. SECTION 7-05.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(4) Drop Manhole Connection Drop manhole connections shall be in accordance with Kent Standard Plan 4-6M. Inside drop connections are not allowed. SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 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: M, T„ � d M u� 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 S. 228"' St. UPRR Underground Utilities/Smith 7 - 17 July 31, 2018 Project Number: 07-3022 catch basin at the location indicated on the plans so that the assembly will function as shown on the plans. SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 7-05.5 Payment The unit contract price per each for "Catch Basin Type 2 - 96 Inch Diameter" constitutes complete compensation for furnishing all labor, materials, tools supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; and City provided storm drain markers. The unit contract price per each for "60 Inch Trash Screen for Storm Pipe" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to supply and install the structure where shown on the plans and described in the specifications. The unit contract price per each for "Circular Erame (Fdincl and Cover. Type 2" 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 providing and installing conversion risers, adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "Adjust ExisUr g Catch Basin Grate or Curb Inlet Grate to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to; excavating; dewatering; installing concrete risers ; 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. "HDPE Class 160 — 96 Inch ID Manhole + 11 Foot Tall" "HDPE Class 160 — 96 Inch ID Manhole ± 18-Foot Tall" The unit contract price per each for the above items constitutes complete compensation to furnish all labor, materials, tools, supplies, and equipment necessary to provide and install the manhole to final finished grade as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, shoring, dewatering, installing the manhole, connecting new or existing pipes, backfilling, compacting, and surface restoration. S, 2281h St. UPRR Underground Utilities/Smith 7 - 18 July 31, 2018 Project Number: 07-3022 7-06 TEMPORARY DRAINAGE BYPASS 7-06.1 Description This Work consists of bypassing flow in storm sewer lines during project construction by installing bypass equipment, patching, installing temporary pumps, piping and manholes, operating the bypass system, adjusting the location of the bypass system around construction work, restoring the site after bypass is complete, and submitting working drawings and calculations to the Engineer for acceptance. 7-06.3 Construction Requirements The Contractor shall maintain the operation of existing storm sewer systems flowing throughout the duration of the Project. The Contractor shall design, furnish, install, maintain, and operate all bypass systems. Methods The Contractor shall bypass all flows in existing systems between the point of diversion to the point of discharge while performing Work within these limits. The bypass shall meet the following requirements: A. Redirect all flow from a location upstream of the Work and discharge flow to a manhole, sump, ditch downstream of the Work. B. Redirect all flow in lateral connections joining the existing system between the upstream manhole and the downstream manhole. C. Operate continuously. Restoration After the temporary bypass system is removed the Contractor shall restore the site to comply with the final design conditions as shown in the Plans. Equipment The bypass systems shall have at least one set of backup equipment for use during maintenance, refueling, and primary equipment failure. The backup equipment shall automatically engage immediately if the primary equipment fails. Bypass systems shall have an automated contact system capable of immediately notifying the Contractor during each of the following: A. When bypass system equipment fails. B. When the bypass system is surcharged beyond the proposed system capacity. S, 228"' St. UPRR Underground Utilities/Smith 7 - 19 July 31, 2018 Project Number: 07-3022 Bypassed stormwater shall be enclosed in tubes or pipes. Tubes and pipes shall be protected from traffic. Tubes and pipes shall not impact traffic operations. Hydraulic Capacity Volumetric flow rate shall be calculated using the Manning's Equation and the Continuity Equation. Pipeline cross-sections shall be assumed to be circular. The temporary drainage bypass system shall be designed for a flow rate of up to 15,000 gallons per minute. The Contractor shall have all necessary bypass equipment on site and ready for implementation when the existing 72" storm drainage pipe is under construction and not functional for draining in either direction between October 1st through March 30`h of any given year. Submittals The Contractor shall submit to the Engineer for acceptance working drawings and calculations as follows: Drainage Bypass Plan The Contractor shall submit a Drainage Bypass Plan showing how the bypass installation, restoration, and operation will occur. The plan shall include but not be limited to: A. A list of equipment used in the operation. B. Positions of all equipment used in the operation. C, Contractor personnel on-site during each stage of the operation. D, A narrative of how the proposed installation, restoration, and operation methods meet the requirements of Methods and Restoration. E. Order of work and work schedule. F, A contingency plan for if the bypass system is surcharged beyond the proposed capacity, including how additional resources will be mobilized and utilized to handle the surcharge. G. Discharge points and approved permits for discharge points. H. Diversion and discharge details. I. Coordination of bypass installation and operation with construction of ground improvements, shoring, excavation, pipe installation, and backfill. S. 228`h St. UPRR Underground Utilities/Smith 7 - 20 July 31, 2018 Project Number: 07-3022 J, Proposed method for diverting lateral connections within the pipe replacement limits. Hydraulic Capacity Calculations The Contractor shall submit Hydraulic Capacity Calculations used in the design of the bypass system. The Calculations shall include but not be limited to: A. Calculations required in Hydraulic Capacity, B. Pump sizing. C. Pump selection. All calculations shall be prepared by a Professional Engineer, licensed under Title 18 RCW, State of Washington, and shall carry the Professional Engineer's signature and seal. The Contractor shall submit a Drainage Bypass Plan and Hydraulic Capacity Calculations for the bypass systems. 7-06.5 Payment "Temporary Storm Sewer Drainage Bypass," will be paid for by force account as specified in Section 1 -09.6 of the Standard Specifications. To provide a common Proposal for all bidders, the Contracting Agency has entered an amount for the item "Force Account — Temporary Sewer Drainage Bypass" in the Proposal to become a part of the Contractor's total bid. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS SECTION 7-08.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.2 Materials All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the WSDOT Standard Specifications, the Kent Special Provisions and the manufacturer's recommended installation procedures. See the following Sections of the WSDOT Standard Specifications and the Kent Special Provisions: S. 223"i St. UPRR Underground Utilities/Smith 7 - 21 July 31, 2018 Project Number: 07-3022 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 ................................. 9-0114(1) Foundation Material Class I and II ...... 9-03,17 Bank Run Gravel for Trench Backfill .... 9-03.19 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 continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. Dewatering wells, if used, shall be installed and decommissioned by a licensed well driller and in accordance with WAC 173-160. Unhydrated bentonite shall not be used to seal or abandon wells within 4 feet of final pavement subgrade. 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. S. 2281" St. UPRR Underground Utilities/Smith 7 - 22 July 31, 2018 Project Number: 07-3022 1 . Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2, Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3, The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the WSDOT Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I or I I meeting the requirements of Section 9-03.17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)C Bedding the Pipe Bedding shall be placed in accordance with Standard Plan B-55.20-00. Bedding material shall be in accordance with Section 9-03.12(3) of the Kent Special Provisions. Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557. The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. S. 228'" St. UPRR Underground Utilities/Smith 7 - 23 July 31, 2018 Project Number, 07-3022 SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)B Pipe Laying - General At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. SECTION 7-08,3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)G Jointing of Dissimilar Pipe Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). SECTION 7-08.3(2)H IS SUPPLEMENTED BYADD/NG 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. S. 2281h St. UPRR Underground Utilities/Smith 7 - 24 July 31, 2018 Project Number: 07-3022 When making field cuts of PVC pipe, a new reference line shall be marked on the spigot end a distance of 4-5/8 inches from said end. Said end will provide a visual means of determining whether full insertion of the spigot into the bell has been made during installation, SECTION 7-08.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(4) Plugging Existing Pipe Existing pipes being plugged shall be plugged with concrete at both ends and shall otherwise be in accordance with Section 7-08.3(4) of the WSDOT Standard Specifications. SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(5) Street Restoration Unless otherwise shown on the plans, street restoration shall be in accordance with the following requirements: Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4 inches crushed surfacing base course. In all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 inches greater than the existing section. Where cuts have been made in cement concrete pavement, the Contractor shall reconstruct the trench area with a 6 inch thick cement concrete patch placed on a 6 inch thickness of crushed surfacing top course. In all cases, the cement concrete and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Where there is an existing asphalt overlay over cement concrete pavement, the cement concrete shall be patched to original grade S. 228`' St. UPRR Underground Utilities/Smith 7 - 25 July 31, 2018 Project Number. 07-3022 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 BYADDING THE FOLLOWING: 7-08.5 Payment The unit contract price per ton for "Pipe Zone Bedding" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. Reference WSDOT Standard Plan 13- 55.20-00. The unit contract price per ton for "Bank Run Gravel for Trench Backfill" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. The unit contract price per each for "Abandon Existing 30" Storm Sewer Pipe" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to abandon the existing pipe as shown on the plans and described in the specifications. The unit price S. 2281h St UPRR underground Utilities/Smith 7 - 26 July 31, 2018 Project Number: 07-3022 bid shall include but not be limited to concrete plugging the pipe at both ends, backfilling with gravel borrow, and compaction. DIVISION 7 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-20 PROTECTIVE STEEL PLATES 7-20.1 Description This Work consists of supplying and installing steel plates to protect the new 60-inch storm line from shaft installation equipment during future phases (shaft installation not included in this contract). 7-20.2 Materials Steel plates may be new or salvaged. Salvaged plates, if used, must be not be bent, cracked, significantly corroded, or otherwise damaged. Steel plates shall be a minimum of 1-inch thick. 7.20.3 Construction Requirements The Contractor shall install steel plates 6 inches from the edge of the new 60-inch storm from Sta 2+73 to 2+95. (Due to the bend in the pipe this is approximately 16 total feet of length.) The top of the sheets shall be located at the top of the pipe and extend 4 feet down. The bottom of the sheets are expected to be located at about Elevation 26 feet. It is anticipated that this coverage can be achieved with two 4 foot by 8 foot steel sheets. The sheets shall be placed when the pipe excavation backfill reaches the bottom Elevation of the sheets. The fill between the shall sheets and the 60-inch storm shall consist of Gravel Backfill for Drains and shall be compacted around the bottom of the pipe with a vibratory probe designed for consolidating concrete. Fill on the outside of the sheet shall be compacted in lifts. Fill placement on either side of the sheets shall be balanced so that sheets remain plumb during installation. Each sheet shall have two holes on the top to receive an appropriately sized rigging chain so that the sheets can be removed at a later date. The contractor shall coordinate with the engineer to survey the tops of the steel plates before they are completely covered or backfilled. 7-20.4 Measurement "Supply and Install Steel Plates" will be measured per each steel sheet installed to protect the new 60-inch storm line. S, 228'h St. UPRR Underground Utilities/Smith 7 - 27 July 31, 2018 Project Number: 07-3022 7-20.5 Payment The unit contract price per each sheet of steel for "Supply and Install Steel Plates" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install a 4' x 8' x 1" sheet steel plate to protect the 60-inch storm line in the area slated for shaft installation. The bid item price includes, but is not limited to: excavation, dewatering, coordinating with the affected utility, backfill and compaction. S. 228"' St. UPRR Underground Utilities/Smith 7 - 28 July 31, 2018 Project Number: 07-3022 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ........................... ......8-01 .3(2)B and 9-14.2 Fertilizer............................8-01 .3(2)B and 9-14.3 Mulch and Amendments.......8-01 .3(2)D and 9-14.4 Tackifier ............................8-01 .3(2)E and 9-14.4(7) Quarry Spalls —.... ..............9-13 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The Contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, COSLS 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. S. 2281h St. UPRR Underground Utilities/Smith 8 - 1 July 31, 2018 Project Number. 07-3022 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 B-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01 .3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL THE SECOND AND THIRD PARAGRAPHS IN SECTION B-01.3(1)B ARE REVISED TO READ: 8-01.3(1)B Erosion and Sediment Control (ESC) .Lead The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not limited to updating the TESC Plan to reflect current field conditions. The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site erosion and sediment control BMP's, and all stormwater discharge points at least once every calendar week and within 24-hours of runoff events in which stormwater discharges from S. 2281h St. UPRR Underground Utilities/Smith 8 - 2 July 31, 2018 Project Number: 07-3022 the site. Inspections of temporarily stabilized, inactive sites may be reduced to once every calendar month. The Erosion and Sediment Control Inspection Form (WSDOT Form 220-030) shall be completed for each inspection and a copy shall be submitted to the Engineer no later than the end of the next working day following the inspection. SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1 . WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants in waters prohibited 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 8-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing S, 2281h St. UPRR Underground Utilities/Smith 8 - 3 July 31, 2018 Project Number: 07-3022 Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation 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 S. 2281h St. UPRR Underground Utilities/Smith 8 - 4 July 31, 2018 Project Number: 07-3022 Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried 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. S. 228'h St. UPRR Underground Utilities/Smith 8 - 5 July 31, 2018 Project Number: 07-3022 Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-01-3(2)D 1S DELETED AND REPLACED WITH THE FOLLOWING: 8-01 .3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8- 01 .3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. 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 1S SUPPLEMENTED BYADD/NG 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 S. 2281° St. UPRR Underground Utilities/Smith 8 - 6 July 31, 2018 Project Number: 07-3022 Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1 . Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-01.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)H 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 BYADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage S, 228t° St. UPRR Underground Utilities/Smith 8 - 7 July 31, 2018 Project Number: 07-3022 Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per acre for "Seeding Fertilizing and Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1 . All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit bid price per lineal foot for "Filter Fabric Fence with Backup Support" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. The unit contract price per each for "Inlet, Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. S, 2281h St, UPRR Underground Utilities/Smith 8 - 8 July 31, 2018 Project Number: 07-3022 The unit bid price per square yard for "Straw Mulch" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dried condition, and free of noxious weeds and other materials detrimental to plant life. The unit price per square yard for "Clear Plastic Covering" (6 mil polyethylene sheets) shall constitute complete compensation for furnishing, staking, maintaining and protecting, the material in place (including sand bags and stakes) on all exposed soils per the WSDOT Standard Specification and as directed by the Engineer. The unit contract price per day for "ESC Lead" shall be full pay for all duties outlined in Section 8-01 .3(1)B (Erosion and Sediment Control (ESC) Lead) in per day increments. 8-03 1 RR I GAT I ON SYSTEMS SECTION 8-03. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.1 Description This work shall consist of identifying the irrigation system prior to construction and verifying system is operational, removal and modification of existing irrigation systems and installation of new components as necessary to accommodate the new improvements. Irrigation systems exist at various locations within the project area. The design and actual configuration of these systems is unknown. As these systems are located in the field, the extent of the work and materials needed will be determined to keep the remaining portions of these systems operational. SECTION 8-03.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.2 Construction Requirements The Contractor shall submit to the City a schematic plan of the work to be done and the components to be installed for review and approval prior to proceeding with the work. SECTION 8-03.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-03.5 Payment The bid item "Existing Irrigation System Removal, Repair and/or Modification" shall be paid by force account in accordance with Section 1-09.6 of the WSDOT Standard Specifications. This payment shall constitute complete compensation for all labor, tools, materials, and equipment necessary to complete the work described above as approved by the Engineer. This item also includes all costs to submit plans and obtain approval from the City as required for the work to be completed. S. 2281^ St. UPRR Underground Utilities/Smith 8 - 9 July 31, 2018 Project Number: 07-3022 This bid item shall include all costs associated with relocating existing irrigation boxes and valves. For the purpose of providing a common proposal for all bidders, the City has entered an estimated amount for force account for this item in the proposal to become part of the total bid by the Contractor. 8-04 CURBS, GUTTERS, AND SPILLWAYS SECTION 8-04.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways The City will provide control staking in accordance with Section 1 -05.5(6) of the Kent Special Provisions. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment "Cement Concrete Curb and Gutter" "Cement Concrete Extruded Curb" The unit contract price per linear foot for the above items shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. 8�y 49 CHA11U 1 IIUI! FF111l AR rf 111/1DF FFN!`F 4' .� v�..rao u. a-e..e� . SECTION 8-12. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. SECTION 8-12.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-12.3(1)F Chain Link Fence and Gates Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. S. 2281h St. UPRR Underground Utilities/Smith 8 - 10 July 31, 2018 Project Number: 07-3022 New materials shall meet the requirements shown in the plans or as directed by the Engineer. Fencing and gates shall meet WSDOT Standard Plans L-20.10-03, L-30.10-02 and Kent Standard Plans 5-22M and 5-23M. SECTION 8-12.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-12.3(2)F Wire Fence and Gates Existing wire fence and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall be in general conformance to the requirements of Section 8-12 of the WSDOT Standard Specifications. SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-12.4 Measurement Remove and relocate fence shall be measured by the linear foot of relocated fence, along the ground line, exclusive of openings. Gates shall be included in the fence measurement. Temporary fencing shall be measured by the linear foot of temporary fence, along the ground line exclusive of openings. Gates shall be included in the fence measurement. SECTION 8-12.5 IS SUPPLEMENTED BYADDING THE FOLLOWING; 8-12.5 Payment The unit contract price per linear foot for "Chain Link, Fences Type 3" shall be full compensation for all costs to furnish and install the specified fence including all requirements of Section 8-12. The unit contract price per linear foot for "Temporary 6 Foot Chain Link Fence" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary for installing a temporary chain link fence at least 6-foot high to meet the security needs to private property and any other locations determined by the engineers. The unit contract price per linear foot for "Remove Fence and Gates" shall constitute complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to remove and dispose of the existing fence, gates and all appurtenances. 8-18 MAILBOX SUPPORT SECTION 8-18.3 IS REVISED AS FOLLOWS: 8-18.3 Construction Requirements S, 228`h St, UPRR Underground Utilities/Smith 8 - 11 July 31, 2018 Project Number: 07-3022 THE SECOND PARAGRAPH IS REPLACED WITH THE FOLLOWING: The existing mailboxes are to be relocated to accommodate the new construction. Within 24 hours of being removed, existing mailboxes shall be reset at a temporary or permanent location. See Kent Standard Plans 6-70aM and 6-70bM. The Contractor shall coordinate with the USPS contact for permanent location a minimum of 7 days prior to installation. The contact is David Brain — direct number 206-992-1360; office number 253-852-1080. THE THIRD PARAGRAPH IS REPLACED WITH THE FOLLOWING: New mailbox supports which are not to be installed within sidewalks or walkways, shall be backfilled with adjacent native material and compacted to the satisfaction of the Engineer. Mailbox supports which are to be installed within sidewalks or walkways shall be enclosed within 8 inch diameter PVC sleeves and then backfilled with adjacent native material and compacted to the satisfaction of the engineer. SECTION 8-18.5 IS SUPPLEMENTED BYADD/NG THE FOLLOWING: 8-18.5 Payment The unit contract price per each for "Remove and Reset Existing Mailbox" constitutes complete compensation for all materials, labor, tools, and equipment necessary to remove for construction, and reset existing mailboxes in coordination with the USPS Postmaster and Section 8-18.3 of these specifications. 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. SECTION 8-20.2(1) IS REVISED BY ADDING THE FOLLOWING TO PARAGRAPH 3, FOLLOWING ITEM 2: 8-20.2(1) Equipment List and Drawings 3. Photometric curve data provided in electronic format IES format files provided on a 3 1/2 inch diskette or CD-ROM disk. S. 228°i St. UPRR Urdcrground Utilities/Smith 8 - 12 July 31, 2018 Project Number: 07-3022 4. Photometric calculations showing that the proposed luminaire meets the minimum street lighting requirements of the City. 5. Catalog Cuts and/or ordering information clearly showing selected luminaire options. 8-20.3 Construction Requirements SECTION 8-20.3(5) IS REVISED AS FOLLOWS: 8-20.3(5) Conduit THE SECOND PARAGRAPH IS REPLACED /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 terminatin within junction boxes shall be installed in all conduits intended for future use. The tracer wire shall be uninsulated ff8 AWG stranded copper. THE FOLLOWING CHANGES APPLY TO THE NUMBERED ITEMS FOLLOWING THE WORDS "Galvanized steel conduit shall be installed at the following locations:" Item 1 . Change to read "All State highway roadbed crossings" Item 3. Contents are deleted, leaving it BLANK THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-20.3(8) Wiring All splices in underground illumination circuits and induction loops circuits shall be installed within junction boxes. The only splice allowed in induction loop circuits shall be the splice connecting the induction loop lead in conductors to the shielded home run cable. Splices for illumination circuits, including two way, three way, four way and aerial splices, and splices for induction loop circuits shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) of the Kent Special Provisions to seal each splice individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. S. 228t" St. UPRR Underground Utilities/Smith 8 - 13 July 31, 2018 Project Number: 07-3022 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 /N ITS ENTIRETY. 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 8-20.3(14)E IS REVISED AS FOLLOWS: 8-20.3(14)E Signal Standards ITEM 8 IS REVISED AS FOLLOWS: 8, All tenons shall be field installed using Astro-BracTm AB-3008 Clamp Kits, or pre-approved equal. SECTION 8-20.5 1S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment The unit contract price per lineal foot for "SUDDIV and Install 2 Inch Diameter Schedule 80 PVC Conduit' constitutes complete compensation for all materials, labor, tools, supplies and equipment required to install the conduit as shown on the plans and described in the specifications. The bid item price shall include but is not limited to: installation within reinforced concrete, trenching excavation, hauling, supplying and installing the conduit and fittings, backfill, compaction, pull rope, and connection to the junction boxes. The unit contract price per each for "Video Detection Systern Complete,, Including Installation" constitutes complete compensation for all video detection components and installation, and shall consists of, but is not limited to: camera/radar (advance) video zoom NTSC 115V AC (color), Astro-Brac camera mount 74" tube 36" bands, video processor Iteris (EDGE2-1 N-PAK) 1 camera 24VDC, video extension module Vantage Edge 2 4-channel, cable Siamese Belden 8281 and 16/3 power combined 250 ft. and coordination with the City of Kent Traffic department. All additional materials not shown in the plans or called for herein and which are required to complete the video detection system installation shall be included in the unit contract price. The S. 2281h St. UPRR Underground Utilities/Smith 8 - 14 July 31, 2018 Project Number: 07-3022 video detection system shall become the property of the City of Kent upon project completion. 8-21 PERMANENT SIGNING 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 BYADDING 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. 8-22 PAVEMENT MARKING SECTION 8-22. 1 IS REVISED AS FOLLOWS: 8-22.1 Description REVISE THE LAST SENTENCE OF THE SECOND PARAGRAPH AS FOLLOWS: All traffic pavement marking letters and numerals shall be 8-feet high per WSDOT Standard Plan M-80.10-01 and M-80.20-00 for high-speed application (regardless of the posted speed limit of the street), with the exception of the "R" in the railroad crossing symbol which shall be as shown on Kent Standard Plan 6-78M. Layout of ONLY and arrows in the left turn pockets shall be as shown in the Kent Standard Plan 6-81 M. Crosswalk stripe shall be a series of parallel single solid white lines, 2-feet wide and 8-feet long, as shown in Kent Standard Plan 6-75M. 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 5- 75. S. 2281h St. 11PRR Underground Utilities/Smith 8 - 15 July 31, 2018 Project Number: 07-3022 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 Material Type A (Liquid hot Applied Thermoplastic) plastic material shall be used when applying the following pavement markings. • Plastic Crosswalk Lines Plastic Traffic Arrows • Plastic Stop Lines + Plastic Traffic Letters Type B (Pre-Formed Fused Thermoplastic) plastic material shall be used when applying the following pavement markings. • Plastic Bike Lane Symbols • Plastic Speed Bump markings Type D (Liquid Cold applied Methyl Methacrylate) plastic material shall be used when applying the following pavement markings. • Profiled Plastic Lines • Plastic flat long lines • Plastic wide lane lines • Plastic Bike Lane Lines Painted striping and curbing paint shall be installed using Low VOC Solvent Based Paint meeting the requirements of Section 9-34. Type A plastic material shall be BC2000 series or approved equal meeting the requirements of Section 9-34 and the following requirements. Type A plastic materials shall be capable of being applied at a temperature between 375 °F to 450 OF (190 °C to 230 °C) and to the required thickness without excessive overspray, running or deformation of the edges. Type A plastic materials shall be capable of bearing traffic within 5 minutes after application, 10 minutes when pavement surface temperature is at or above 130 °F(540C), and show no deformation or flaking at temperatures between —10 °F to 140 OF (- 23 °C to 60 °C). The marking compound shall contain glass beads and shall have top dressing of glass beads applied. S. 228`' St. UPRR Underground Utilities/Smith 8 - 16 July 31, 2018 Project Number: 07-3022 Type B plastic material shall have glass beads homogeneously blended throughout the material with a securely bonded protruding exposed layer of beads that provide immediate and required retroreflectivity. No additional glass beads shall be needed to be dropped on the material during application to obtain the required retroreflectivity. Type D plastic material shall meet the requirements of Section 9-34. Glass beads shall be as recommended by the material manufacturer. Raised Pavement Markers shall meet the requirements of Section 8- 09.2. All materials shall be selected from material listed in the Washington State Department of Transportation qualified product list (QPL). SECTION 8-22.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3 Construction Requirements Profiled and Embossed plastic lines shall be constructed in accordance with the WSDOT Standard Plan M-20.20-02. SECTION B-22.3(7) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.3(1) Preliminary Spotting The Contractor shall use existing curb, gutter, and/or sidewalk as control to assist in preliminary spotting of the lines before beginning the placement of pavement markings. The Contractor shall be responsible for preliminary spotting of the lines to be marked and verification that minimum lane widths will result from the application. Preliminary spotting to guide the placement of longitudinal lines is required. Preliminary spotting for each lane lines shall be provided at transition points as required by Kent Standard Plan 6-74M. Approval by the Engineer is required before the placement of permanent pavement marking. SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMS shall meet the requirements of Section 8-09.3(l). SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application S. 228"' St. UPRR Underground Utilities/Smith 8 - 17 July 31, 2018 Project Number: 07-3022 The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly installed pavement markings until such time as the marking has completely dried. Failure to ensure reasonable protection for the undried markings will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. 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(3)B IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-22.3(3)B Line Patterns Double Solid Yellow Center Line - Two solid yellow lines, each 4 inches wide, separated by a 4-inch space. Single Solid Yellow Center Line - One solid yellow line, 4 inches wide, to delineate adjacent curb, barrier, etc, at select locations. Skip Center Line - A broken yellow line 4 inches wide. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Skip center stripe may be used as centerline delineation on select two way highways and streets. Two Way Left Turn Line (TWLTL) - A solid yellow line, 4 inches wide, with a broken yellow line 4 inches wide, separated by a 4-inch space. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. The solid line shall be installed to the right of the broken line relative to the direction of travel and for each direction of travel. Skip Lane Line - A broken white line 4 inches wide to delineate adjacent lanes traveling in the same direction. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Gore / Wide Line - A solid white line 8 inches wide used for delineation at ramp connections, to separate left and right turning movements from through movements, to separate high Occupancy Vehicle (HOV) lanes from general purpose lanes, for traffic islands, hash marks, chevrons, and other applications. Wide Dotted Line - A broken white or yellow line, 8 inches wide, matching color with its associated solid or broken line. The dotted pattern shall be based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. S. 228" St. UPRR Underground Utilities/Smith 8 - 18 July 31, 2018 Project Number. 07-3022 Dotted Line - A broken white or yellow line, 4 inches wide, matching color with its associated solid or broken line, an extension of an edge line, lane line, or centerline used at exit ramps, intersections, horizontal curves, multiple turn lanes, and other locations where the direction of travel for through traffic is unclear. The dotted pattern shall be based on a 6-foot unit consisting of a 2-foot line and a 4-foot gap. Edge Line / Solid Lane Line - A single solid white line 4 inches wide used for road edge and lane delineation, bike lane delineation, adjacent lanes traveling in the same direction or bus pull-outs. Bike Lane Line - A solid white line 8 inches wide that is used to delineate a bike lane adjacent general purpose lanes. Dotted Bike Lane Line - A dotted white line 8 inches wide with the dotted pattern based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Bike Lane Dotted Line is used to discontinue a Bike Lane Line in advance of right-turns at major intersections or corresponding with transit stops. Yellow Painted Curb — A SOLID YELLOW stripe, wide enough to fully cover the concrete curbing. Crosswalk Stripe — A series of pairs of parallel SOLID WHITE lines, 8- feet long shown in Kent Standard Plan 6-75M. SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.31 Installation Instructions i shall be installed per the requirements of Section 8-09.3(4). SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. Only hydroblasting equipment will be allowed for the removal of pavement markings. Vacuum shrouded equipment, or other equally effective means, shall be used to contain and collect all debris and excess water. Collected water and debris shall be disposed of off the project site in accordance with Department of Ecology or other federal, state or local regulations. The removal of raised pavement markers shall be incidental to the removal of the associated marking. S. 2281h St. UPRR Underground Utilities/Smith 8 - 19 July 31, 2018 Project Number: 07-3022 Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8- 09.3(1) of the Kent Special Provisions. The City has not shown the type of existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION 8-22.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.4 Measurement "Permanent Channelization" will be measured by lump sum, SECTION 8-22.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.5 Payment 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 where disturbed by construction activities. 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 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 BY ADDING THE FOLLOWING NEW SECTIONS: 8-28 POTHOLE UTILITIES 8-28.1 Description S. 228`" St. UPRR Underground Utilities/Smith 8 - 20 July 31, 2018 Project Number 07-3022 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 water main casing and 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 Water Main, Casing" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole the existing water main casing at the location shown on the plans. The contract price per each for "Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of providing all posts, braces, and hardware and installation and maintenance of 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 deliver project signs to the City Maintenance Shop. S. 228'h St, UPRR Underground Utilities/Smith 8 - 21 July 31, 2018 Project Number. 07-3022 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 post shall be 4 inches x 6 inches 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 as shown in the appendix. 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 fabricate sign(s) from the City design provided, installation and maintenance of project sign(s) for the life 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. S, 228"' St, UPRR Underground Utilities/Smith 8 - 22 July 31, 2018 Project Number. 07-3022 8-32 UNDERGROUNDING OF ELECTRICAL FACILITIES 8-32.2 Materials The backfill material for trench and vault excavations shall conform to the requirements of Gravel Borrow except, the maximum size stone shall not exceed 4 inches. 8-32.3 Construction Requirements 8-32.3(1) Vault Excavation See Section 2-09 of the WSDOT Standard Specifications, except as herein modified and/or supplemented. Where indicated on the plans or where directed by the Engineer, excavation and foundation preparation required for the installation of electrical and telephone vaults and electrical and telephone handholes by the serving utility, shall be performed by the Contractor. The foundation shall consist of a six (6) inch thick layer of crushed surfacing top course (5/8 minus) compacted to 95 percent maximum density measured in accordance with Section 2-03.3(14)D of the WSDOT Standard Specifications by use of compaction equipment specified in Section 2-09 of the WSDOT Standard Specifications. The excavation shall be backfilled in conformance with the requirements of Section 2-09 of the WSDOT Standard Specifications. 8-32.3(2) Trench Excavation and Backfill for Electrical, Telephone and TV The excavation required for the installation of electrical, telephone and TV conduit and cable to be installed by the serving utility shall be performed by the Contractor. The trenches shall not be excavated wider than necessary for the proper installation of the electrical, TV and telephone appliances. The excavation shall be backfilled in conformance with other applicable requirements as outlined elsewhere in these Kent Special Provisions and WSDOT Standard Specifications. Typical trench details are shown on the plans. The Contractor shall use the native trench excavation for backfill when in the opinion of the Engineer, it is suitable for that purpose and shall dispose of all excess material as directed by the Engineer. It shall be the Contractor's responsibility to coordinate its work with the serving utility prior to and during construction and shall protect the owner against any and all damages arising therefrom. 8-32.3(4) Backfill for Electrical, Telephone and TV Trench Wherever a trench is excavated in a paved roadway, sidewalk or other areas where minor settlement would be detrimental and where the S. 228`h St. UPRR Underground Utilities/Smith 8 - 23 July 31, 2018 Project Number: 07-3022 native excavated material is not suitable for compaction as backfill, the trench shall be backfilled with the specified granular backfill, as the Engineer may direct. The backfill material shall be placed in successive layers, not exceeding twelve (12) inches in loose thickness, each layer shall be compacted to at least 95 percent of maximum dry density in accordance with ASTM D-1557. 8-32.3(5) Trench Restoration For undergrounding outside of the street construction limits, pavement patching shall be accomplished in accordance with applicable portion of these WSDOT Standard Specifications and General Special Provisions. The Contractor shall also restore to a condition equal to the original condition, improvements such as pavement markings, trees, signs, sidewalks, curbs and other underground utilities, etc., which were damaged or removed during construction in accordance with the section for general restoration of the General Special Provisions. 8-32.3(6) Removal of Overhead Electrical Distribution System The Contractor should be aware that once the underground electrical distribution system is energized, the adjacent property owners have ninety (90) days from date of their notification to convert to the underground system. Removal of the overhead electrical distribution system cannot take place until all respective service conversions have been completed. No compensation will be granted to the Contractor for delays attributed to the conversion. 8-32.5 Payment Payment will be made in accordance with Section 1 -04.1 , for the following bid items when they are included in the Proposal: "Joint tltil�Trench t2 Ft. Wide, 3 Ft. Min. Cover)" „Joint Utility Trench 3 'Ft, Wide. 3 Ft, Min._Cover The unit contract price per lineal foot for the above iterns constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to excavate, dispose of material, and backfill for trenches as shown on the plans and described in the specifications. The bid item price includes but is not limited to: the potholing of all utilities shown on the bid plans including those located within easements on private property, for the preparation of a profile of the joint trench as it crosses the shown utility, trench excavation, shoring, unsuitable material excavation, hauling, disposal, dewatering, backfill and compaction (when native material is to be used), cleanup and all other work described in plans and the Kent Special Provisions. Cost to coordinate with utilities to place their facilities in the trench and to obtain utility supplied conduit shall be included in this bid item. Installation of conduits shall be paid for under separate bid items. S. 2281^ St. UPRR Underground Utilities/Smith 8 - 24 July 31, 2018 Project Number: 07-3022 The unit contract price per each for "Comcast — Vault Excavation and Installation (264 TA)" of the size specified shall constitute complete compensation for all labor, materials, tools, supplies and equipment necessary to excavate, and install the utility vaults as shown on the plans and as described in the specifications. The bid price includes, but is not limited to: excavation, haul and disposal, backfill and compaction (when native material is to be used), shoring, dewatering, and clean up and all other work described in Section 8-32 of the Kent Special Provisions. "Comcast — Installation and Proofing of 4 Inch Diameter Comcast Conduit" "Zayo — Installation and Proofing of 4 Inch Diameter Zayo Conduit„ The unit contract bid price per linear foot for the above items shall constitute full compensation for all materials, supplies, labor, equipment and tools required to install the utility company supplied conduit as shown on the plans. Also included in this bid item are all costs associated with proofing the conduit and all other installation requirements outlined in Section 8-32 of the Kent Special Provisions. The unit contract bid price per ton for "Sand for Conduit, Bedding" shall constitute complete compensation for all materials, equipment, tools and supplies necessary to furnish and install the sand for bedding the conduit as shown on the plans and as specified herein. S. 22811h St. UPRR Underground Utilities/Smith 8 - 25 July 31, 2018 Project Number, 07-3022 MATERIAU 9-03 AGGREGATES SECTION 9-03. 12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: 9-03.12(3) Gravel Backfill for Pipe Zone Bedding Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: Sieve Size Pas5inC1, 3/4 Inch 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % % Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. SECTION 9-03. 13 BACKFILL FOR SAND DRAINS, IS MODIFIED WITH THE DELETION OF THE %2" SIEVE SIZE. SECTION 9-03. 14(1) 15 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 Passna 3 Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. Where additional materials are required to formulate the street sub- base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. S. 2281h St. UPRR Underground Utilities/Smith 9 - 1 July 31, 2018 Project Number 07-3022 * 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 I I shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class I I shall conform to the following gradations: Percent Passing Sieve Size Class I Class 11 6" square 100 --- 4" square --- 100 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2,48 min SECTION 9-03.21(1)D /S SUPPLEMENTED BY ADDING THE FOLLOWING: 9-03.21 (1)D Recycled Steel Furnace Slag Steel Furnace Slag shall not be used for any purposes, S. 228t° St. UPRR Underground Utilities/Smith 9 - 2 July 31, 2018 Project Number: 07-3022 9-13 RIPRAP. QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR EROSION AND SCOUR PROTECTION AND ROCK WALLS SECTION 9-13 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-13.8 Rock for Ditches Rocks for ditches shall meet the following requirements for grading: Sieve Size Percent Passing 12" 95 to 100 6" 40 to 60 3" 10 to 20 3/4" 0 to 5 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14. 1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.1 (1) Topsoil Type A Topsoil Type A (Compost Amended Planting Soil) shall consist of 50 — 67% sand and/or sandy loam and 33 — 50% composted organic material by volume. Total organic matter shall be at least 5% by dry weight for areas where turf will be installed, and at least 10% by dry weight for all other landscape areas. Organic matter shall be determined by Loss-on-Ignition test. Acceptable tests include the most current version of ASTM D2974 "Test Methods for Moisture, Ash, and Organic Matter of Peat and Other Organic Soils," and TMECC 05.07A "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 * Passinq 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. S. 228`h St. UPRR Underground Utilities/Smith 9 - 3 July 31, 2018 Project Number: 07-3022 C, Organic material shall consist of composted yard debris or organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content and meet all requirements for compost in section 9-14.4(8) of the Standard Specifications. D. Submit a certified laboratory analysis from an accredited soils testing laboratory indicating the Material source and compliance with all planting soil and compost specifications to the Engineer or project Ecologist for approval no less than seven (7) days before delivery to the Project Site. The analysis shall be with a sample size of no less than 2 pounds. E. Site specific soil testing (after placement of material) may be required for projects requiring more than 50 cubic yards of compost-amended planting soil A Contractor provided accredited laboratory approved by the Engineer shall make recommendations for amendments required for optimum growth at no cost to the owner. The Contractor will be allowed five (5) Working Days to complete the testing from the time of written notice given by the Engineer. F. A sample of the compost amended planting soil shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application. SECTION 9-14.1(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 9-14.1 (1)C Sandy Loam Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) ... 100% Passing 1 mm sieve............................ 80% minimum Passing 0.15 mm sieve .................... „., 15% maximum SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: S. 228`" St. UPRR Underground Utilities/Smith 9 - 4 July 31, 2018 Project Number: 07-3022 Mix A (Roadside and Erosion Control Grass): .............. ............ Weight Seed Mix "A" Min. % Min. % Max. % Proportion Inqredient Pure Seed Germination Weed Seed 40% Perennial Rvegrass 98% 90% 0.5% 40% Cre_epina Red Fescue 98% 85% 0.5% 10% Colonial Bentgrass 98% 90% .0..5%........ 10% White Dutch Clover 9.8%.....m.m.m. 90% 0.5% (Pre-inoculated) Mix B (Landscaped Area Grass): Weight Seed Mix "B" Min % Min % Max. % Pr000rtion Inqredient Pure Seed Germination Weed Seed 15% Creepinq Red Fescue 95% 90% 0.5% 10%° Chewinas Fescue 95% 90% 0.5% 40% Perennial Rvearass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% AnnualRvegrass 95% 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous 16% of weight Total available Potassium .....,... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) S. 228`" St. UPRR Underground Utilities/Smith 9 - 5 July 31, 2018 Project Number, 07-3022 Available phosphorous............. 0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as i Above percentages are proportioned by weight, The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments SECTION 9-14.4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 9-14.4(10) Arborist Mulch Arborist Mulch shall be composed of evergreen and/or deciduous tree parts, predominantly woody, that have been chipped and/or ground to no longer than 5 inches (5") and not thicker than two inches (2"). Arborist Mulch shall be free of non-native invasive weed material, including but not limited to English Ivy, Black Locust, Himalayan Blackberry, Japanese Knotweed, and Reed Canary Grass. "Arborist Mulch" shall conform to WSDOT Standard Specifications 9- 14.4(3) and be spread over the entire planting area, at the depths specified, as located on the plans. 9-14.4(12) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. S. 228" St. i Underground Utilities/Smith 9 - 6 July 31, 2018 Project Number. 07-3022 Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. 9-14.6 Plant Materials 9-14.6(1) Description SECTION 9-14.6(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.6(1)A Street Trees The following table provides both the list of approved street tree species, and some of the characteristics associated with each street tree species at maturity: Common Name Scientific Name Height Width Shape Min. (feet) (feet) Spacing (feet) ......_........._...._......_...._ — .................-........ Small Street Trees For planting under 30' or powerlines less .._.._.____.............. Trident Maple Acer bueraeranum 20' 20' Round, low snreadinq 30' Flame Maple Acer ginnala 'Flame' 20' 20' Round w/ spreading low 30' ......_....... ........... branches Flamingo Box Elder Acer negundo 20' 15' Oval to round 25' 'Flamingo' AuoIIo M_aule Acer saccharum 25' 10, Narrow to columnar 20' Tatarian Maple Acer tataricum 25' 20' Oval to round, often low 30' _ branched Lavalle Hawthorn Crataegus x lavallei 28' 20' Irregular vase shaped 30, ..—......._. ... ........._ ........ __..........................____.. ................. Washington Hawthorn Crataegus 25' 20' Broadly oval to round 30' phaenop Vrum ______ ___.. ... Golden Desert Ash '.. Fraxinus excelsior 20' 18' Rounded, comp act 30` Aureafolia' Leprechaun Ash Fraxinus pennsylvanica 16, 16' Dense, compact, round 25' Johnson' Amur Maackia Maackia amurensis 25' 20' Vase shaped becoming 30' round Golden Raindrops Malus transitoria 20' 15, Upright, vase shaped 25' Crabapple 'Schmidt cutleaf' Red Barron Crabapple Malus 'Red Barron' 18, 8' Narrow, columnar 20' Red Jewel Crabaoole Malus 'Jewelcole' is, 12' Unrlght, nvramidal 25' Tschonoskii Crabaoole Malus tschonosku � 28' 14' Upright, narrowly oval 25' _..._ ... ___ ___......_._.w Cascade Snow Cherry Prunus 'Berry' 2.5' 14' Upright, snreadinq 25' Amanogawa Cherry Prunus serrulata 20' 6' Columnar, fastigiate 20' Arnanouawa' branches Red Cascade Mountain Sorbus Americana 18' 8' Compact oval 20' Ash 'Dwartcrown' _....._........_..._ ...........m............................... .......__ Fragrant snowbell Styrax obassia 25' 15' Pyramidal to upright 25' narrow oval ....�.._.___._._._.. ... ..- ---..__...... ....................... Ivory silk Japanese Syringa reticulate 'Ivory 20' is, Upright spreading 25 Silk' becoming round S. 228'h St. UPRR Underground Utilities/Smith 9 - 7 July 31, 2018 Project Number: 07-3022 Medium Street Trees Plant when 30' to powerlines are not 45' Dresent trees Armstrong Maple Acer rubrum 45' 15' Narrow, upright 25' 'Annstrono' columnar Queen Elizabeth Maple Acer carnpestre 'Evelyn' 35' 30' Upright, becoming 40' round Sensation Box Elder Acer negundo 30' 25' Rounded 35" 'Sensation' Pacific Sunset Maple Acer truncatum x Acer 30' 15' Upright spreading, 25' plantanoides rounded crown Warrenred' Frans Fontaine Carpinus betulus 'Frans 30' 15' Columnar 25' Hornbeam Fontaine' .. ..........._._.__...____..........___ _.._.. p ._____.. __........____......._.._.....�__.__....._....... American Hornbeam Car inns caroliniana 25' 25' Oval 35' Tricolor Beech Fagus sylvatica 'Roseo 30' 20' Pyramidal when young, 30' — Marainata' rounding w/ ace Raywood Ash Fraxrnus oxycarpa 35' 25 Oval, dense crown 35' Ra ywood, Imperial Honeylocust Gleditsia triacanthos 35, 35' Rounded 45' Impcole' Galaxv Magnolia Maonolia 'Galaxv' 30' 15' Pvramidal to oval 25' Edith Bogue Southern Magnolia grandiflora 30' 15' Pyramidal tight 25' Maqnolia 'Edith Bogue' American Hophornbeam Ostrya Virginiana 40' 25' Upright oval 35' Spire Cherry Prunes x hillieri 'Spire' 30' 10' Upright columnar, narrowly vase shaped Columnar Sargent Prunus sargentii 35' 15' Upright columnar, 25' Cherry Columnans' narrowly vase shaped Edgewood Pear Pyrus calleryana x 30' 25 Rounded 35' betulaefolia 'Edgewood' Capital Pear Pyrus calleryana 35' 12' Columnar 20' 'Capital' _........._.....__.___.._.. .............. _. ._........_ ............_ ......_ .......____.. ._....�. ................................................ Chanticleer Pear Pyrus calleryana 'Glen's 40' 15' Columnar, narrowly 25' Form' m.m ...p '.ramidal . . ......�....... ......................................_................. Crimson Spire Oak Quercus alba x Quercus 45' 15' Columnar, tightly 25' robur 'Crimschmidt' fastigiated Skyrocket Oak Quercus robur 45' 15, Narrow, fastigiated 25' 'Fastiaiata' Musashino Zelkova serrata 45' 20' Very narrow, upright 30' 'Musashino' vase shaped 9-14.7 Stakes, Guys, and Wrapping SECTION 9-14.7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.7(1) Tree Ties Tree ties shall be patent "Tre-Ties" sufficient in size and number to adequately support the trees as determined by Quentin Poll, Nursery Supervisor at 253-856-5127. 9-16 FENCE AND GUARDRAIL SECTION 9-16. 1(1)B IS DELETED AND REPLACED WITH THE FOLLOWING: 9-16.1(1)B Chain Link Fence Fabric S. 228`^ St. UPRR Underground Utilities/Smith 9 - 8 July 31, 2018 Project Number: 07-3022 Chain link fabric shall consist of 9 gage wire (0.148-inch diameter) for all fences unless specified otherwise. The fabric wire shall be: Galvanized steel wire conforming to ASTM A 392. Galvanizing shall be Class I performed by the hot dip process. The wire shall be woven into approximately 2-inch diamond mesh. The width and top and bottom finish of the fabric shall be as shown in the plans. DIVISION 9 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 9-19 ANNULAR SPACE GROUTING 9-19.1 Description This Section specifies continuous annular space grouting between the 72-inch host pipe and the 60-inch HDPE slip-liner pipe as shown on the Drawings. The annular space (void between the existing and liner pipes) shall be completely grouted to support the slip-liner pipe and provide long-term stability. Quality Control Referenced Standards: This Section incorporates by reference the latest revision of the following documents. These references are a apart of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference Title ASTM C109 Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. (or 50-mm) Cube Specimens) ASTM C138 Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C150 Portland Cemetn ASTM C403 Test Method for Time of Setting of Concrete Mixtures by Penetration Resistance ASTM C494 Chemical Admixtures for Concrete ASTM C495 Test Method for Compressive Strength of Lightweight Insulating Concrete ASTM C939 Test Method for Flow of Grout for Preplaced- Aggregate Concrete (Flow Cone Method) ASTM E329 Inspection of Materials Used in Construction Pressure Gauges and Gauge Attachments Submittals The following data: 1 . Proposed grouting mix. 2. Proposed densities and viscosities, S. 2281h St. UPRR Underground Utilities/Smith 9 - 9 July 31, 2018 Project Number: 07-3022 3. Initial set time of the grout. 4. Anticipated hydration temperature. 5. Proposed grouting method. 6. Maximum injection pressures. 7. 24-hour and 28-day minimum compressive strength. B. Proposed grout stage volumes. 9. Buikhead designs. 10. Grouting and vent location plans. 11 , Buoyant force calculations. 12, Pressure gauge certification. 13. Grout head pressure calculations and buckling calculations for the liner pipe. 14. Plan to stabilize pipe against buoyant forces while grout is setting. 15. Certified Test Reports: Before delivery of materials or grout, submit certified reports of the tests specified herein. Accompany the certified reports on previously tested materials with the manufacturer's certified statement that the previously tested material is of the same type, quality, manufacture, and make as that proposed for use in this Contract. Certified test reports are required for the following: a. Cement. b. Additives. 9-19.2 Materials A, Grout: 1 . Portland Cement and/or additives. 2. Other lightweight material that minimizes the buoyant forces on the liner. 3. Compressive Strength: a. A typical penetration resistance of 100 psi in 24 hours when tested in accordance with ASTM C403. b. A typical compressive strength of 300 psi in 28 days when tested in accordance with ASTM C495 or ASTM C109. 4. Acceptable Manufacturer (Grout Mix Series): a. Pacific International Grout Company LDB 662. b. Masterflow 713. C. Approved equal. 5. Mix Designs: To completely fill the annular space, develop one or more mixes based on the following requirements: a. Size of the annular void. b. Sufficient strength and durability to prevent movement of the liner pipe. C. Provision of adequate retardation. d. Low hydration temperature. e. Provide less than 1 percent shrinkage by volume/ 6. Density: Design a grout mix with a density to prevent floating of the liner pipe and to meet the requirements of the approved grouting procedure. 7. Viscosity: The apparent viscosity shall not exceed 35 seconds in accordance with ASTM C939. S, 228'h St. UPRR Underground Utilities/Smith 9 - 10 July 31, 2018 Project Number: 07-3022 9-19.3 Construction Requirements General Accomplish grouting by either filling the pipe with water/sewage and/or pressurizing to offset the grout head pressure, or by grouting in lifts so that the net external pressure does not exceed the allowable buckling pressure as recommended by the liner pipe manufacturer. Grout the open end of the annular space between the liner pipe and the P PP existing pipe at liner ends and at the excavated stations with Masterflow 713 or approved equal in accordance with Section 03600 and as noted on the Drawings. Preparation A. After slip lining and prior to grouting, capping, and/or bulk heading of the ends, supply appropriate venting. Submit plans for venting, including the proposed number and location of vents relative to pipe diameter and stiffness. B, Perform capping, bulk heading and pressure/leakage testing. C, Submit a detailed plan for a method that will hold the liner pipe on the existing pipe invert for a sufficient period of time to allow the grout to set, where buoyant uplift is a factor. D, Fill the liner pipe as required with water/sewage to help stabilize the pipe and to provide a counter force to buoyancy. Grouting Equipment Mix the materials in equipment of sufficient size and capacity to provide the desired amount of grout material for each stage in a single operation. The equipment shall be capable of mixing the grout as densities required for the approved procedure and shall also be capable of changing density as dictated by field conditions any time during the grouting procedure. Injection Procedure and Pressure The gauged pumping pressure shall not exceed the liner pipe manufacturer's approved recommendations. Pumping equipment shall be of a size sufficient to inject grout at a velocity and pressure relative to the size of the annular space. Place gauges to monitor grout pressure immediately adjacent to each injection port. S. 22811 St. UPRR Underground Utilities/Smith 9 - 11 July 31, 2018 Project Number: 07-3022 I . The gauge shall conform to an accuracy of no more than 112 percent error over the full range of the gauge. 2. The range of the gauge shall not be more than 100 percent greater than the design grout pressure. 3. Pressure gauges shall be instrument oil-filled and attached to a saddle-type diaphragm seal (gauge saver) to prevent clogging with grout. 4. All gauges shall be certified and calibrated in accordance with ANSI 340, Grade 2A. Performance Requirements A. Provide sufficient gauges, monitoring devices and tests to determine the effectiveness of the grouting operation and to ensure compliance with the design parameters and liner pipe manufacturer recommendations. Testing A, Grout Testing Responsibility: 1 . Provide testing of the materials and methods for each grouting lift. 2. Submit results to the Project Representative. B. Onsite Test Equipment: 1 . Verify density by ASTM C138 or by other methods as approved by the Project Representative. 2. Check viscosity with a flow cone provided by the Contractor and test in accordance with ASTM C939. C, Test Section: 1 . Perform test on each type of grout and system proposed to be used. a. The test section to be grouted shall be proposed by the Contractor and approved by the Project Representative. 9-28 SIGNING MATERIALS AND FABRICATION SECTION 9-28. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.1 General All signs shall be reflectorized except for City Project Signs. ALL PERMANENT SIGNS, EXCEPT "NO PARKING ANYTIME" SIGNS SHALL HAVE VIP SIGNS AND CLASS A TEMPORARY DIAMOND GRADE RETRO- REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE PLANS. "NO PARKING ANYTIME" signs shall have engineer grade retro- reflectorized sheeting. SECTION 9-28. 14(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.14(2) Steel Structures and Posts S. 228th St. UPRR Underground Utilities/Smith 9 - 12 July 31, 2018 Project Number: 07-3022 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 AAS ITO 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: 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. S. 228'h St. UPRR Underground Utilities/Smith 9 - 13 July 31, 2018 Project Number, 07-3022 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes SECTION 9-29.2(7) 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. 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable SECTION 9-29.3(2)1 IS REVISED AS FOLLOWS: 9-29.3(2)1 Twisted-Pair Communication Cable Replace "AWG 22" with "#AWG 19". THE LAST SENTENCE IN THE FIRST PARAGRAPH HAS BEEN REVISED TO READ AS FOLLOWS: This cable shall be filled with a gel compound to resist water penetration and migration unless otherwise specified by the plans. 9-29.12 Electrical Splice Materials SECTION 9-29. 12(9) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(1) Illumination Circuit Splices Aerial splices may employ split bolt connectors. Below grade splices and taps shall be made with solderless crimp connectors to securelyjoin the wires both mechanically and electrically. They shall employ the following moisture-blocking insulation. ScotchTm 220012210 Vinyl Mastic products, followed by an overwrap with a minimum of two half-lapped layers of vinyl plastic electrical tape, and a final layer of consistently- applied ScotchkoteTM 054007-14853 Electrical Coating. SECTION 9-29. 12(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(2) Traffic Signal Splice Material Induction loop splices shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. Equipment and methods shall be as recommended by the manufacturer of the splicing materials. Each solderless crimp connector splice shall be wrapped with Scotch7m#06147 Electrical Moisture Sealant, or approved equal. S. 228`' St. UPRR Underground Utilities/Smith 9 - 14 July 31, 2018 Project Number: 07-3022 9-29.13 Controller Cabinet Assemblies 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 ITEM 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 pages shall not be allowed. Component cut sheets and equipment operating manuals shall be provided for devices used within the controller cabinet. SECTION 9-29.24(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. SUPPLEMENT THE END OF THIS SECTION WITH THE FOLLOWING THREE PARAGRAPHS: Electrical service will be 120 / 240 volts, 60 Hz. AC where and as noted on the Street Lighting and/or Traffic Signal Plans, and include a meter base to allow installation of a power meter. Service conductors shall be stranded copper wires. The smallest service wire shall be #2 AWG USE from the Puget Sound Energy (PSE) connection to the service cabinet. S. 2281^ St. UPRR underground Utilities/Smith 9 - 15 July 31, 2018 Project Number: 07-3022 The electrical service cabinet and service point shall be installed by the Contractor where shown on the Street Lighting and/or Traffic Signal Plans. The service panel shall consist of a 2 pole, 240 VAC, 100 amp Main Breaker for control of all power. The panel shall be equipped with a single 1 pole, 120V, 30 amp branch breaker for a traffic signal, four 2 pole, 240 VAC, 20 amp branch breakers for the lighting circuits, a single 1 pole, 120 VAC, 15 amp lighting control breaker, and a single 1 pole, 120 VAC, 20 amp breaker for the GFI receptacle. See Kent Standard Plan 6-96 for service cabinet information. The service panel shall include a switch to bypass the photocell for street light testing. The electrical service cabinet shall be weather tight. The cabinet shall be equipped with a blue core BestTM lock in the cabinet door. See Kent Standard Plans 6-96 for additional information. S. 228t° St. UPRR Underground Utilities/Smith 9 - 16 July 31, 2018 Project Number: 07-3022 ENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STORM 5-2M Catch Basin Type I I 5-3M Misc. Details for Drainage Structures 5-20M Trash Screen 5-35M Temporary Stockpiling STREET 6-33M Cement Concrete Curbs 6-71aM Roadway Barricades 6-71 bM Pedestrian Barricades 6-74M Typical Lane Markings 6-75M Thermoplastic Crosswalk Markings 6-76M Plastic Arrows, Stop Bars & Only Legend S. 228'" St. UPRR Underground Utilities/Smith A - 1 July 31, 2018 Project Number 07-3022 12" MIN. 12 MIN 1" RADIUS""'N, T I . �_. 3" 6 MIN 1/2 ti l31/2, SEE NOTE 4 """ 1- DROP RUNG 1Zij1 HANDHOLD MANHOLE STEP 11 3/4" MIN, x CENTER TO � CENTER 12" MIN. ..--) ............................... ...-. v .-SEE NOTE 4 6" 9 1/2" SEE NOTE 4 MIN. -- ` MANHOLE STEP SEE NOTE 5�'" GALVANIZED DROP RUNG MANHOLE STEP GALVANIZED PREFABRICATED LADDER 12 1152" ti.:J'""" -= 12° SEE NOTE 4 11 3/4' MIN. CENTER TO CENTER- - - 9 1/8" FOR STEP 6 1/8" FOR HANDHOLD 6" FOR STEP FOR HANDHOLD \ZSEE NOTE 5 POLYPROPYLENE DROP RUNG MANHOLE STEP POLYPROPYLENE PREFABRICATED LADDER NOTES: 1. MANHOLE STEPS CONFORMING TO SECTION R,ASTM C-476. AASHTO M-199 REQUIREMENTS AND REQUIREMENTS OF ASTM D-4101 FOR POLYPROPYLENE AND ASTM A-615 FOR 1/2" GRADE 60 DEFORMED REINFORCING BAR FOR POLYPROPYLENE STEPS,AND ALL WISHA AND OSHA SPECIFICATIONS,ARE ACCEPTABLE PROVIDED THEY ARE PRE-APPROVED BY THE DIRECTOR OF PUBLIC WORKS. vT 2. PREFABRICATED LADDERS ARE TO BE#7 GALVANIZED SMOOTH STEEL. \._-94.BAR 3. MANHOLE PREFABRICATED LADDER STEPS SHALL BE PARALLEL OR APPROXIMATELY 1" CLEARANCE RADIAL AT THE OPTION OF THE MANUFACTURER, EXCEPT THAT ALL STEPS IN ANY MANHOLE SHALL BE THE SAME. GRADE RING 4. PENETRATION OF OUTER WALL BY A STEP LADDER OR LADDER LEG IS NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT PROHIBITED. USE FLANGED END FOR BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY BOLTING TO WALL IN STORM DRAINAGE T THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON APPLICATIONS. t> 'F� ,��, FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON �� IyY? 'Ml4nS'Xjr. �JP 5. EMBED FOOT OF GALVANIZED r"lf.�,,yy REQUEST. PREFABRICATED LADDER IN CONCRETE ` A " E„ CITY OF KENT IN POURED OR CHANNELED FLOOR. Ai,� ..- '�" ENGINEERING DEPARTMENT 6, MANHOLE STEPS OR LADDERS ARE NOT MANHOLE GRADE RING, REQUIRED WHEN THE COVER TO +<+ 58296 �' w SAFETY STEPS & LADDER BOTTOM OF MANHOLE IS LESS THAN 4. 0 ?p Pa Sal CY'N'Q {A 7Q "� ++y DESIGNED Q4K SCALE Nam, __. STANDARD PLAN gt9tiq NAIY t ;AWN PR s ....... .........................._ CHECKED DATE O/ DIP. .....,. 4-5M __. ...... E� APPROVED.................................._.........- NOTES: —CATCH BASIN FRAME AND GRATE. (SEE STANDARD 1. CATCH BASINS TO BE CONSTRUCTED IN PLANS 5-5, 5-6, 5-8, 5-10, ACCORDANCE W/AASHTO M 199, (ASTM C 478, AND 5-11) AND ASTM C 890) UNLESS OTHERWISE SHOWN �HANDHOLD ON PLANS OR NOTED IN THE WSDOT STD. SPECS, �' a —RECTANGULAR ADJUSTMENT 2. HANDHOLDS IN RISER OR ADJUSTMENT SECTION l SECTION OR CIRCULAR SHALL HAVE 3"MIN. CLEARANCE. STEPS IN ADJUSTMENT SECTION _.,: p ....... 1 —FLAT SLAB TOP CATCH BASIN SHALL HAVE 6"MIN.CLEARANCE. a GASKET NO STEPS ARE REQ'D WHEN'B'IS 4'OR LESS. w2 BETWEEN 48", 54", 60", o z RISERS(TYP.) 72', 84 OR96 -MORTAR(TYP) 3. THE BOTTOM OF THE PRECAST CATCH BASIN MAY BE SLOPED TO FACILITATE CLEANING. INSTALL +.� MANHOLE 4. KNOCKOUTS SHALL HAVE A WALL THICKNESS OF �^, ., STEPS OR �' ' ADAPTER, 2" MINIMUM TO 2.5" MAXIMUM, PROVIDE A 1.5" a LADDER-"., "SAND COLLAR" MINIMUM GAP BETWEEN THE KNOCKOUT WALL (SEESTANDARD �"°"------' WHEN PIPE TYPE AND THE OUTSIDE OF THE PIPE.AFTER THE PIPE 4 PLAN 4-S) REQUIRES IS INSTALLED, FILL THE GAP WITH JOINT `". MORTAR IN ACCORDANCE WITH WSDOT In STANDARD SPECIFICATION 9-04.3. 5. ALL BASE REINFORCING STEEL SHALL HAVE A L -' RE/__C I H STEEL(TYP.) MIN.YIELD STRENGTH OF 60,000 PSI&BE .* CRUSHED SURFACING PLACED IN THE UPPER HALF OF THE BASE WITH TOP COURSE PIPE 1" MIN.CLEARANCE. - �.„ ; ZONE BEDDING 6. PICK HOLES,CRACKS AND ANY OTHER JOINTS 6'f " SHALL BE FINISHED GROUTED TO PROVIDE A WATERTIGHT STRUCTURE. Ol CORRUGATED POLYETHYLENE STORM SEWER PIPE(WSDOT STD. SPEC.9-05 20) 02 (WSDOT STD SPEC. 9-05.12(1)) CATCH BASIN DIMENSIONS 03 (WSDOT STD, SPEC. 9-05.12(2)) BASE REINFORCING PIPE ALLOWANCES CATCH MINIMUM STEEL n2/ft. IN EACH DIRECTION CATCH WALL BASE MAXIMUM BASIN DISTANCE PIPE MATERIALIAL WITH MAXIMUM INSIDE DIAMETER --- DIA THICKNESS THICKNESS KNOCKOUT BETWEEN SEPARATE INTEGRAL BASIN ALL SOLID PROFILE KNOCKOUTS DIAMETER CONCRETE METAL CPSSPPI WALL WALL G BASE BASE 48 -¢" 6" 36" 81, 0.23 0.15 1 48" 24" 30 -- - 24" 27 30" 54" 4,5" 8" 42" 8°' 0.19 0.19 54" 30" 36" 30" 27" 35" 60" 5"' 8" 48" 8" 0.25 0.25 60" 36" 42" 36" 36" 42'' 72" 61, 8'° 6D" 12" 0.35 C.24 72" 42" 541" 42" 36" 48" 84" 811' 12" 72"" 12" 0.39 0,29 84" 54" _..60" 54" 36" 48" 96" 8" 12" 84" 12" 0.39 0,29 96" 60" 72" 60" 36" 48" NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN S't'y,Q Wt99 � f) ELECTRONIC ENGINEER PUBLICATION APPROVED FOR BLICATION IS KEPT ON FILE AT ✓,,'�,,� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. n� CITY OF KENT FR 7 ENGINEERING DEPARTMENT _ NT CATCH BASIN TYPE II 38296 W � 7� p51Lk Q, oko-wra .. ........ oe ioNeoc SCALE srnNDaaD FEN "!OVAL oaEcr 5 APPROVED - #6 BARS @ 7" CENTERS y, BOTTOM FACE WITH r. 1" MIN. COVER 24"DIAM. . i ..✓r"rU '`� i' gyp" '"`, 2"CLR f¶ 6"OR 12" I 20"� 2"TYP ONE#3 BAR HOOP FOR 6"g _ TWO #3 BAR HOOPS FOR -12," AS AN ACCEPTABLE ALTERNATIVE TO REBAR,WIRE MESH HAVING 96"TOP SLAB Ti"MIN, A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE 2 1/2" MAX, USED FOR ADIUSTMENT SECTIONS. RECTANGULAR ADJUSTMENT SECTION 20''x 24",OR- ., ,,C #5 BARS @ 6"CENTERS 24" DIAM. `^� �, y ""/ BOTTOM FACE WITH \ I 1 MIN. COVER 2"CLR I �6!" 20" 2"TYP.. 72"TOP SLAB -1"MIN, CONVERSION RISER 2 1/2" MAX. CENTERS BOTTOM FACE d \ 2' CLR MIN. COVER WITH 1' ...............34�................. TYP. r y 24"DIAM. ...., 2' MIN. 20" m... ......... 2"TYR, I- EE / �- ONE #3- 0 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 y.;"I^ R �FOR RECTANGULAR AND 24" T AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE DIAMETER FOR ROUND. S 'i"" W {j"� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ON AS THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST 2. SEE STANDARD PLAN 4-5 FOR STEP, m F„'lF' ` o`il CITY OF KENT LADDER AND GRADE RING, ENGINEERING DEPARTMENT ._,..........m.......... ................._ 3. ONLY ONE STYLE OF CATCH BASIN N-�• MISC. DETAILS FOR DRAINAGE STEPS MAY BE USED IN A CATCH 38296 A.. WAININITCH STRUCTURES BASIN. DO NOT MIX STYLES. Y} ....... UE IGNU COK ` GR4µN GVY SCALE NONE SfAJUhRU FLAN INVAL CHECKED__ ......�...� DALE MAv, 2aie _ 5-3M APPROVED eNC Nerx A A 29 1/4" 5/8"-11 NC 25" / BOLT-DOWN HOLE 24 1/4" (2 PLACES TYP.) 221/2" ` ' TOP VIEW 15/8�-TYP,-----.- ,...—. 201/4" - -...._7/tY"TYP. 1 1/4 1 5/8"TYP. MIN. Lf-­....� 181/2" 3/4" 22" 25 1/4 SECTION A-A NOTES: 1. MATERIAL USED FOR THE FRAME SHALL BE CAST IRON ONLY. (PER ASTM A48 CL30 H-20 LOADING). 2. TOP OF FRAME SHALL BE ADJUSTED EVEN WITH ROADWAY SECTION. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �.,-,,FREY AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 1 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT `, Ot W.A,,SFjjf THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT a T 20"X 24" .d Sh ssze6 4 wA.MIHDTOH CATCH BASIN FRAME '�'AS'S AONAL ., OLi" .-.-.-..- oes.cNEo coa SCALE STANDARD PUN DRAWN PCM e9 -- DOF APRI20 --- ..",_. L. 5-4M APPROVED �-�-1 5/8"TYP, VI..._ III d m 5' 5 3 20' ....lu 1 3/8"TYP. IT I _ Ui 1 ; T�. .... - .J ..iw.. `" .y......._ TOP VIEW END VIEW 24" 11/4' .. .... .15/B 1 ..... HEX 1/B R 5/8 2 1/4 INSET DIRECTION OF FLOW � HEX SOCKET .. ..._�" Lai%Z1 R p � ,.. 1 -TAT}L- „ ,✓✓'Ij�� .. I....1VIw r PAR71NG LINE S/gin FRONT VIEW VANE DETAIL ._.... 2` to 1 1/4' —. n�3/4" PROVIDE FRAME SHOWN IN STANDARD PLAN 5-4. �,. -� 5/8"-11 NC-2A 2. PROVIDE 2-5/8 DIAMETER STAINLESS STEEL ALLEN TYPE STEELPE SECURING BOLT BOLTS COUNTERSUNK FLUSH WITH COVER. 3. GRATE SHALL TO STREAMMPED "DUMP NO POLLUTANTS", OUTFA I�� 4. ALL LETTERING SHOWN SHALL BE 1/2"AND SHALL BE RECESSED -�ILF�-1/2" .--�...I .•,—....5/81' 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 AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT Z 20" x 24" 38296 w^ VANED GRATE �rl 'I'G � '�''" DESIGNED COK S IyrsnNVNW c6,1 ... scnGE NONE 11 STANDARD PUN CHECKED DATE A 1, APRIL,2O1B _ 5-5M APPROVED...:....... 3/4" DIAMETER GALVANIZED STEEL BAR--- (4) 1/4"x2"XB" GALVANIZED STEEL (2)1/4"x3"GALVANIZED STEEL STRIPS STRIPS. BEND AND WELD TO FRAME,SPACE UNIFORMLY ------ VERIFY ANGLE OF BEVEL WITH RACK SUPPLIER. 1:1 OR GREATER REQUIRED---- B„ _. . 1 ..... .: — . VARIES _....... .... .._, _... .. STORM DRAIN PIPE (12"0 OR LARGER) Y rb 44 ,..._... - _.... ..._..... -- 6"MAX. SPACING DRILL THROUGH PIPE MATERIAL II &STEEL STRIPS. BOLT WITH 1/2" S. STEL, HEX BOLTS -----3/4"DIAMETER GALVANIZED STEEL BARS, WELD ENDS TO FRAME NOTES: 1. WELD AT ALL JOINTS. 2. SHOP DRAWINGS REQUIRED, 3. ALL STEEL IN PLATES, BARS AND BANDS SHALL CONFORM TO THE REQUIREMENTS OF ASTM A36. 4. DEBRIS CAGE SHALL BE HOT-DIP GALVANIZED IN ACCORDANCE WITH AASHTO M111 (ASTM A123). 5. GALVANIZING SHALL BE PER WSDOT STD. SPECIFICATION 9-05.1(2), NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE �R S ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT V) It ,"✓" THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, CITY OF KENT pC• 4"� ENGINEERIN.. DEPARTMENT __...._............. NT TRASH SCREEN 0hr 'lyTM PS°� .'` +1 DE I(NED ,...OK. ........ .._ .... ...... _- SCALE„ ONE STANDARD PW tY� ��1 DRANN GOK [ ION AL CHECKED ��� DATE FEFIRUARY 2016 APPROVED FJmm¢ea -- 5-20M .----- —«-,. 5 t 2! z 2 1/21 5' 21/2� Io .w w < EPDXY , -------- ,,,,,,, ADHESIVE r - o FOR FRESH d ;o CONCRETE-• COMBINED CURB AND GUTTER EXTRUDED CURB FULL DEPTH BOND BREAK MATERIAL, 18...,9....-COPN®INEp CURB AND GUTTER 30 LB ROOFING FELT,6 MIL PLASTIC II OR APPROVED EQUAL----- 0 3 1/2' ✓" „� 5'-0" HAND TROWELED I. 1Q '" TAPER SECTION 1% MIN. - 2% MAX. P 24�p ROLLED CURB —SIDEWALK 4"�''` 12 I ^<. _,_,_,_ ........... L MAINTAIN EDGE OF CONCRETE CURB- ROLLED CURB CURB TRANSITION MAINTAIN FLOW LINE WITHOUT VERTICAL - ?n-T' '" LIP BETWEEN GUTTER AND CURB_\ *1/2"OR**1' ADA RAMP DRIVEWAY NOTES: j 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 CUE-DE-SAC. GUARDRAIL TOWARD THE TRAFFIC LANE 3, IN ROADWAY SECTIONS WITH SUPER ELEVATION,THE GUTTER PAN WILL MATCH THE ADIACENT PAVEMENT SLOPE. --- 4. DESIGN SIDEWALK CROSS GRADE SHALL BE 1,5%. ;,ti0' m 5, FORMS SHALL BE STEEL UNLESS OTHERWISE APPROVED. FORMS SHALL BESET TRUE "r „„,VPIRSES, TO LINE AND GRADE AND SECURELY STAKED PRIOR TO CONCRETE PLACEMENT. , L ,s 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 PAVEM Ag'E%iF r THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. EXTRUDED CURB UNDER GUARDRAIL ,"b' G�'� CITY OF KENT Y � ENGINEERING DEPARTMENT CEMENT CONCRETE �*✓' KENT CURBS 38296DESI�NED ' CAL n!oNE STANDARD vEe,N t5r5rfO�,A 'CHECKED ""-. oa.-rE iuuF:..�o,R 6-33M AI I'lil)VI I1 ]V=IU Ih 450 VARIES_.-------.._.....___— TYPE SUPPORT ....6..._� ,A 6" VARIES M TYPE I BARRICADE TYPE II BARRICADE ----SANDBAGS FOR ADDED STABILITY MOVABLE(TEMPORARY) TYPE III BARRICADE TWO CORNER —"BOARDS: BOLTS PER JOINT— 8"xl"- HIP PRIZ SHEETING RED ON WHITE 0 2"TELESPAR `" z 14 GAUGE POST-----.__ 450 o N O CORNER BOLT SET 6" 6" NOTE: L.. a. SEE TABLE FOR -_...VARIES 2' MIN. N _ DIMENSIONS NOT SHOWN. NOTES BARRICADE N � 7 GAUGE GALVANIZED TYPE........._-������ 30' 2 1/2"x2 112' BASE— I II III 2"MAX. " MAX.I " MAX. FIXED (PERMANENT) WIDTH OF RAIL AX. N. 8"MIN. TYPE III BARRICADE LENGTH OF RAIL 2'MIN. 2' MIN. 4' MIN. HEIGHT 3'MIN. 3' MIN. 5' MIN, DEMOUNTABLE LIGHT"A" POST OR STRIPE NOTES: TYPE OF FRAME OR HEAVY"A" FRAME SKIDS FLEXIBILITY MOVABLE '..PORTABLE MOVABLE OR -RED&WHITE PERMANENT -REFLECTORIZED NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT -SLANT DOWNWARD, RIGHT OR LEFT, IN i�F� AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE ® WAS; �try ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT DIRECTION TRAFFIC WILL PASS. SLANT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. TRAFFIC OTH DIRECTIONS FROM MIDDLE IF CITY OF KENT PASSES BOTH ENDS, WIDTH 6' �� *' � °� e ONG T 4 IF RAIL ARE LESS THAN 3 DEPARTMENT �' � ENGINEERING ✓ KE1�IT ROADWAY BARRICADES -SLANT DOWNWARD TO MIDDLE AT END yJp azss "p w SHEET 1 OF 2 OF CLOSED ROAD. �+Y.,Y'�076"I' 'SR1`%' ,��` " ---_ ..... DE IGWED GOK STANDARD PLAN 'AY 'fCyN,AL r',, DRAWN (.UI( - scALE IvoNE _..._ -SEE MUTCD SECTION 6F.63 nI DATE dANDARy, 2o7a _ 6-7 O M _ .._ APPROVED FrvolNeLre 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 0.5" 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 15 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 WE MOVABLE PEDESTRIAN BARRICADE TWO CORNER --- BOARDS: BOLTS PER JOINT ---- 8"xl"- HIP PRIZ SHEETING RED ON WHITE 2"TELESPAR -----`"..- _._ 0 14 GAUGE POST----__F45�2"MAXCORNER BOLT SETI'(TYP.) N. BARRICADE WIDTHS NOT SHOWN ---7 GAUGE GALVANIZED ______... ._...._................ 30" 2 1/2"x2 1/2" BASE TYPE PEDESTRIAN FIXED WIDTH OF RAIL 8" MIN' PEDESTRIAN BARRICADE 12" MAX, LENGTH OF RAIL 4'MIN, HEIGHT 5'MIN, TYPE OF FRAME POST OR STRIPE NOTES: SKIDS FLEXIBILITY MOVABLE OR - REFLECTORIZED PERMANENT -SLANT DOWNWARD, RIGHT OR LEFT, IN NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT DIRECTION TRAFFIC WILL PASS.SLANT +I,, �� FZF�° r AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE BOTH DIRECTIONS FROM MIDDLE IF � 'bt"}k yy,A'S' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT TRAFFIC PASSES BOTH ENDS. WIDTH 6" 6 ' 7{; THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, LONGPT 4"IF RAILS ARE LESS THAN 3' Y CITY OF KENT ENGINEERING DEPARTMENT - SLANT DOWNWARD TO MIDDLE AT END PEDESTRIAN BARRICADES • oF CLOSED ROAD, �� eye . KENT SHEET 2 OF 2 -SEE MUTCD SECTION 6F.63ah�'`$ "'xpTi: '� " DESIGNED GDR -STANDARD PWV .uGti Ceti . SGN6 Iv��IVE �fCJ (vv^C�+ DftAWW core � cuEc✓ED _...__ _...._.._DATE �Ar�A r,Y 70ao 6-71 bM ����a HPPRWDk ..........._ ... ..... WSDOT STANDARD PLANS DRAINAGE STRUCTURES AND HYDRAULICS B-30.70-03 Circular Frame (Ring) and Cover CURBS SIDEWALKS AND DRIVEWAYS F-10.12-03 Cement Concrete Curbs F-45.10-02 Detectable Warning Surface SITE PRESERVATION AND EROSION CONTROL 1-10.10-01 High Visibility Fence 1-30.15-02 Silt Fence 1-40.20-00 Storm Drain Inlet Protection WORK ZONE TRAFFIC CONTROL K-80.10-01 Class A Construction Signing Installation FENCE AND GLARE SCREEN L-20.10-03 Chain Link Fence Types 3 and 4 (2 sheets) S. 228"h St. UPRR Underground Utilities/Smith A - 2 July 31, 2018 Project Number: 07-3022 11 u x o WW m u 4�' a3� AW ✓I X v fi i a`r"ro4'v�'' 0 a� W'Y^} IL G r o y a`- a ah 2+ w 9 4 x�f w 0 ° e C ,� ro f7�i a ur �rani or Gu'N � w G3 p. Eb [J jp 6 �m •p hY py �tt [ x £{ h F J VS ...,..... w Q r u ` k r7 of L6 l� J ILI r ✓ n �f y Z 4 Kf � �„EwW 2 w ,,. m� f a e. tb it ] tsi 4 N i f ri a Al f f M Y6 f m z u N j I Way 0rr3} .. t aeod.wvsn -MA rvAlUO o 0 12 al ILLILI V e dILL 'a keA a z o o r „ o s 4 � ina h �. nwy �i N w > m dt "�� � a " ° °° gym In t5 Yk J M 1j o zZ 51 Lij m OZ r LLZ �¢> pro ILL >wo E> —oi Abl � ILL zw \ x/ u� o r w z ILL ` �y+�,yh. � y ILLJ (g.p .✓ dd N 4 Om0 r iOQmQ �¢K �I 91 I! ...., n,^• 6 F O¢o ry zw u� SN3d3o 719 -A9 NMIMO s O ti H z N ° w w e. m u ¢ V a n v E p ddd d$ LL p o co og3 Nam 8 � w�� p °uh 24 Hm �L Boa = mrn �\n nm�m `off ca >m% rn Y ores wa � }ym o 4 om N F j FV ¢p �F �._ g'V �Wn V end v a F `'n 5 v Yv U a , m O 1 i F 4 m U a TO E2 FF N p OF V, Oj W 1 1 1\ w� Z� 1 F2 m ~ J✓ � µ4�1 \ wK -FW p� O M �fl NldN r1Y'E w� "'p`^ NIW"tl'�;�• _....,. Y l 4'.J�F { M 4V y W � l Ox ��j �-3, iwpW J 1 =9 LL g y dm �K zx Ua Jr~q � ypj2 ���6iF Fa N ail V �mz`s~ N J ON J m uF �Q� W Ma¢ w 4EF �¢ an aoz r o¢w m O 2 9N3939 i119 =M W"U W Q w 5 P` o o v a a yn° IL 0 a z o m m `m 1,'` W a 0 3 k n Q N fj o � p w ��o W'k`- ✓ r w w o= 3 0 0 w u_ u, r y < a w w o 0 � > w f � Pm r. S U orc � w m 0 oaoeno vsn AU wvao C w Z G CZ CO wu Z r fl u E 5 y s F � EQZFZ y m won q v'9i m E w �cfaa w o s �oc E- 3e mDaw -o� o Gow °'gym k �a E E O Z Syr 3 EEE`m 7—`m2 O z y _ f u N.Evt �- o c m w N mm� v mac K f LL z H E O O- - —Z s o N i W m N 0 w 3 ZY SSSS W ^� z E } ao f= �5 w ay w w l,. a ao u �N y J 1 %g Z_6 j�S2 N 4 6 y W GV K g FU ail wC3 R ag w I v�i yy N O OwQ �1 5� e i 5LL OJ _—J O� Z~Z O �$�u} O� mZ w �i N O VW K3 g NI n3aan rve3j �.e w.nvaa TRAFFIC CONTROL PLANS S. 228`h St, UPRR Underground Utilities/Smith A - 3 July 31, 2018 Project Number: 07-3022 ,r`M YP Match Line B a. 76th Ave S 4tlh Ave M E a s°o"w°m" o'o ....... E dar�a"o" LL oil p O N O i O O O O Y x. O Lo O O to Cc) LLI �mmm mmmmmmmmm S q fith Ave N m aW I j e .. .. .. Ul �t J �tr Px � ^N Mid z hh M W O H O p m p s C 0 Ar'i' f d W dnb Y o CO vi wd YT:. M 3vH wrM fn d °u n W Q> ,�.• l a m 0 n IIII Intwub2n TYbtl .. O Q ..... „ ........ _.. F b. W L w ® d W H F p a ti U aaz i m w za, FD L O U a 4 'DW Z V S K V m N ow 7v ¢w6 x o z �°.> Ca rE % w o>N y F W O JffJJI}}}}}p-��-- w QO¢wtt I. DNJ F tt Owwa�w d O Oww YQN6c6�>ti ,"+ w w�yUy�o'°mwp7w C — LL Y�>WOKiyVQ>J C.N Dlw DlW a 1 � N�o>°wo�wo�aw dUwm�clpmo�m°a k' `� `i I �aaa�w Jmo N° N OWN A 4 �Nxow¢m�ccvW� n �' 4LL (�orccl t-w u�zmao� m i N .......,.... ,._._,_...,, ... > x w o> a qx w H W DM w �rcw�rcw�x m� 0 U ' m l,d Aves _ W D 411 - �'4:,1" Rw. K rA W Y �ow�r � +it,��,-�^{ Match Line A CY Ouj 0Eo d n" 1 �UJi�Q a o Z' tt K K F O c ',.E N a a N H tQJY N Match Line A LU d h rc--_' �z � � E7 `•' �' r LY E' L ............__ UIW T € p - - ---- --"�� "" -- W 9 O� g Q its, WINUMM, I e P hl 1 N > 111 a r ofs CD N � V V yrry�� W20X5 o — y J a 6 b o N�o OWO w I I I I mm z � ? m zfn v as "r G to W P y ,Apy qt i l' r �! ti Eoo nnn?-r w ___ _______ x, T O a 4 n ra o oo- o 0 n . ..0 ..0 o • n 4— N y G' ➢o � m m .........DM m 11 ------...... B k@@@ 41 1 .... ti GJNJ "...II I 0 ffi O � I. 4 0 orw N � �b46 I iti V N I II 5rvp 1' � r & I� k � 4 - w.nn• n� y N � V Q C U O J ............................ 2 ¢ 2 a Z w O U L > J CY Jw m p 5 ry > o v 2 TI PN�IAk+o6 Q a � a vY � id d _a ¢ mUNNOm�a =� y I4h ( I `f_. m Q>m.� r m a a w m�� 2�ovg CCL a CL a a ' a� oa�v`a�m�g�� vo � a a a rQffitzo 2> 2�No y Q € tm Nt U) m ¢ o laj 6 i -m Y1 hr�t,aenroln REQUESTED DATES: ADDRESS: PERMIT: WORK HOURS: S 228th St&72nd Ave S Kent, WA98032 "Adjust sign spacing to work area as required" h QS2aldka � rN v Ak meSE/ iiax9 /w a.; Irma Connector Trail 93 1 IrI If V A40tt � a.nme aw rrw j •• � �5—'. .. � IlddV ll" Ivdj p 110 c22/ O O l cL -:� Agvgz7na-Jghl m S(d nn&(Av hev M&MI 3,A(t37nnd-vL-zBel-el3gEBsJI iWvM I eil)e L®gvJEhN91 GA 7J6 v h( 2(E z6 z61)EN7hh7Aga13z-sA39=-zodzg7Q.-zgBgzAgvl) ggH aghAl37nW9Nz-9Ad WJdnnel®gh; m dngzJEBgJz-elz7vh61&D17)hE&E?V97vI g(d vJ7I JE218000M1 o t(ENz JglJ®g®g3Angegl-BBgv Iv131J1M7)Aigd£-zoddg38ng( D D Afg96 ghd,37nna-Jegvl z-71 3&J-6W71 gvJel7vgh( d 8(9nnM6&v hd dtnldf2/8 a v nghhe J3gz E 81gdl Ngl(Lflg N( g(d 37vvgn697J6 vdJg96 gh9zgelz7LL6 dFLgJ)drhsBh® 2dtklsVsn7zd37zogzhe zd2d*7nnd-vgh( 'nl d(dnn&IMI GYAd37)d/gdWs hJgiWJ-di I-BB M7JgdJe r Az7ktd Jgzhgl J6 vhdv%zdf¢(1gE7)h( R(?ngzJq LLgI JgiJegh6Jgv JhovtvWshvghhgh( h,22dal&la Trail Closure RL LID=xnw, nl npusmLl. et•Im EebPp.,ha R' . +a u.rve/aa&vbA^In kkll Flh LLph vv t@M,,hNeI sA N 6d/ dtn� r ¢�^ya aono Summary of Devices / e TYPE -- 1) '.1-T3 Trail Closed J ! x a v r x� 57 ��f �qjl' --a Detour) wmm a 1-T3 Trail Closed u Ir xr - d d p ,G'v ^y. (<..Detour) 2-T3 Trail Closed w qq� e--- --c-- --mmm/-- f a f- 12-Detour for Pads&Bikes rwa D _...........i<,lt.._.m °vJ:S .!'!.f.." ew..�«.w ✓ $ (7R,51-) SrcSlvo 4-No Pads Access Sign e ALTUS r='-v_ �• Detour Route 4-Straight Detour nl LL• Ifl li - 1-Flagger Pedestrian Deto „wanwwwmn�zbna,..mana nv, MHT#1D .»;. .;.'rs^n v-Jghl t gwnw.wwnrmF r.o ra l raa[ taro uv mnw uverxe """' *" AO Vf C SfM T x Xl WF20FIWA 1 , vL x , .n aacwru 1 HAI'fN'k'1']F"G/C2AAXIAPVT 4A lNVn/®AL F tkm (1 v'axa/1 �,,,,,. •. l=•� _«., UVW VIOAff(AVf*• 4PVVF OIWP 111H*x v In staff, aRT, REQUESTED DATES: ADDRESS: PERMIT: WORK HOURS: S 228th St a 76th Ave S Kent,WA 98032 "Adjust sign spacing to work area as required" 9 2121h St aEToua o _a it"""- �...� n s zzaBl sc rtr 'z os+ un r 5228th it � - .. m z Ph..1 rI ,./� nY fM1 '�h01F9'u -} M . GENERAL NOTES: 1,ALL SIGNS AND SPACING SFIALL CONFORM TO THE MUTCD AND IN JaeleS St CITY OF KENT SPECIFICATIONS, �x� 2.PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES,3 ALERT LOT 5 DAYS IN ADVANCE,CONTACT METRO QD 4 PROTECTIVE RECOMMENDED MA1BE A WORK VEHICLE AWW 5 DEVICES SHALL NOT EN CROADH INTO ADJACENT LANES FALLSIGNS40"x48"RHO UNLESS OTHERWISE SPECIFIED. ©S '1itltVJR Itc 1.CHANNELRATION DEVICES ARE TRAFFIC SAFETY DRUMS, 26'TUBULARMARKERS OR29"TALLCONES ' 8.RHODEALLSPACINGMAYSENSAUSTED TO ACCOMMODATE AT irl p GRADE INTERSECTIONS ANDIOR DRIVEWAYS, l"sd 9.ALERTAFFECTED RESIDENTS AIJO BUSINESSES WI oawx� L W I. . Y IUr4 nnu a{^MIvINfd---� _.- _-_-___ N Summary of Devices _ N i N JL 1 Y 4 rn t a a 48" Road Work Ahead 2-48' Road Closed Ahead u t h— IN "'"^^^^—�E 0.-48' De ourA ead m `ro r n rory , 6' Be Prepared to Stop 4 J e ra e_ ma r i"" : t 4g' Flogger Symbol D+d, n_ _ n _ ¢-Road Closed TT _ ,. n . o'u xeo xi "".ro s nro i" Detour) I„g4p,ryQ 1-No Left Turn Symbol ALTUS azz�r Detour Route t-No Right Turn Symbol I " P O- °°"' 14-Detour Sign Marker NOTES: (6R,SL,2 Straight) ;zY .. � .--°• �M�_" °" S-PCMS - I�F` t-Flashing Arrow Panel iv K t u\ti ., << nv AIDEVI C SO6 T "*LEf.GIUl2Glf%THIA OAAWSHFOlNhIiIAPVT 4A FMVI1MlAL OVOI VIDAIICAVI•* 4PVVf' 0n1P 61U" I _.IRIII1I111 _ 0 3� 0 ,�- 1 s ^ r m B r � � mn IL Pr- IL .. 2-- - ........ _-.-_.. ........ is a I � a m w D/W I r I� CJNJ I U � O Y �l b W Q I. Q = _ ) .III Wet aa AllevnY v'. n mow C n z2C I i co VO: W w �yjTC I D W •• V N a FIR ry I w b d � 4 ty+i C ti g r b i` onv LL I I onvDAV F L= -S iwLU i (9 V otwiz 56 - ® m I � � 1 I �old,L✓ z.. ur ..r w mx§ a5 F � Q .. -... -._ DMAIx LU x O 7 .............k&d pp WLU Y III n rc bb�{eU CY O ® - F u co cc N ®7 N E N N N .. .,..<D N N INr N � NI � w - � r J N Yq 6T ,. DAM Dj - ON DW _ 1 Iql 1 DO �i a h 1 M n,: K,L 3 P w A II :l � rj V Q fn F , Lt}� � PYIW C� �41 O W " 0 T '1 4 Sf�VR,MnIduA15 0 `C x.,,r... r ♦q J P�� 1 of v LL LL o x 6kG x� P-- LL LL W qa �x Y rj 'L, Lua LL LL J `' mt b+Yflr oCiyr LL LL �LLy LL e6 3 (F i`�' x2 YY'k' efi M a o LL L� m O NUR Y ~ w W . Jr _ �< — o �� rvmmm— — r 76Ih Ave — J" E o E " 4lh VA N I h f d ° p N cJ A m I d LO °II hIn ._Q.. .. .. ..._ . It i LU J Hn OIL 6th Ave N u � { o w, .... ....... oNvILI I 4 ro orw a le IT M V m IIG 5 � 9 t Q d Y rr" li Jo 1qe�60 Upj W Q Intmn¢barr�'rmMl � y a I � lit fq UIW1 W F N 4xm2m ( � k4 U a Qo � C F uj: o°w 0 r z N 3 P > 2 > a a " oa _` Y F O ZaJJY vOi .Gl f U x U O DfW z LL I � R �_ x � o i n .... D{w o{w of ` a>mo o mo�a J L. i ; N zLL�o_�zmoQ=o v 4 r.. �1< mLLo a in A w ONoi�� ¢zgv,0 aorc� H c� zl,��LL'nz�i��a µ 6J Y 2 i F W �u.ZTjmaS�B�H�K� m DM Q -771 w n 5j E 8 W 7 72nsi Ave S........,.. + °�°, ywa R"' 0 • L�4 S E O W 5 W Match Line W a E all rr rv«w� Co to Qo N IN N m N Match Line A T ca IL °l t a LL 6 cr, a g r I • i � I I ' VS,kffl hl C Glw C - o/w m D ..... I W ei N i a a I'IT I I I I I Q otl REF yI y > z � h y I Y V N ti j N T x a tl l l I ¢> 25 v owo II Y N 0 Z m o� 7 n �a�FSzwo � ,• _ _— aa P a o �z c o � l0 � of, ydj o Yn Pa� oa O�� �` g F g og 9�H ll $ P a ce CL to 2 w IL L"i V - - m.. 76th Ave S..,,.... > gyp— _ s 4th,pve N ,,,". 4 w J J OL h/r Lrr 0 J M((1���1 0 w p D _p Q4 05 ,• mnnmmmnummmmnmmwwmmawerrwm NV 6th Ave N w .� a DM "j Drw N 4 c a Drw - III ra a z �od T 2 r�OS Dffl •TC y U U Z V$ p o d 4 F w m a I I- � 4 o y zo> °a ?OR O ? y Ua Z�FDPN r` F t�LL YN�LLY✓14i .^. $ Y z< LL G DMci Q�aoa�-czij�rn 6 6 rn DAN p L....... ° rDaz �o�r~ z d - � c Q 4 _ y Drw kyomy ��a 5 lS I Fops �z ..o. a Q Q _� aYz xz�'m�Q Ac S N Q aT Q 2 to'z6kf 4UQ¢ R� 10 - Q P W VI O(/1NaU paFYYr/rH Q s 4 1 u ¢z Nam"-'NNaa0�;:cr u s 4 m m e __ ... _.. DM tn. EL .. ,; ...... Y a� , ✓M fl S _.Its Y.._ o a melF> co N NN N 3 N N o � N ..�. N. N N N N NI O i w N w aW} O !Y DMf r Q M1fl.F O atill � - D/W I I n r;v y xw•�: DNV m TMTMrm iyl a DM A"dad r" n ro Ana I a Sao (J OCM x in fl r 3 ��..NarP, 7 w a t' j —, w �o W yaui�yapeyy w ,7 o a 5 m 9 O vapE p�p N �w~an 2�p�efl c r7�z� " 3 y o DEawTa a��FC'1 >G F � H g' pOH�ao�p m _ jn oUU x v = > E4 � ---------------------— I I I I I I I I I I I Lam_ 3 a 76th Ave 5 4M AVP II _.. w Fj 'I ° A h p J . d E f orw 3_ I 6th Ave N DEW i- • I p� 9A n DNv 0 9 j ev „„,M� II00II 1 dt Y: t �'l�hi?�J& U IN IN Vrvt wcu,ban Tr.rih __ y � I ac n 1III ( . ,..------ -_.__ .... .. a ' � o d N ^O v C O W a .. ...orw 2 Z �ZC DM 0C O Z N � nLL � TWO ¢ C W Ocg z y 6Mm y I '0 i O rpZ Jj u O � � F�� O a z6H Y ¢ o ...... DNV J p C z3¢ z Q Q -_ O¢¢ z Ow y 1�ry1 A C A.. .. Dom..._ moQzo IV vp u U Q z d Q m �l� Q !n 0!!IN FmZ % OQN� P z 'y a?`a ET s o m o of z gQo E,„ a z 3 . LL m< o w y Q _____.___., ,., ................. mu ----------- y 3 I u NB v.j revs o Y T,2ind J4v¢fi i. � p a r z ,55 0 -0 N CNN 1 I, LYfr Ej III --------- --- DM ----------- DhV 41 9 W4-2 o 5' i> co LL LL LL LL LL LLL L LL LL LL LL z LL LL LL LL LL ' .4 LL *0 LL w LL ug EIyLL LL LL 0 w wlr e 76th Ave S '-"' ___ .- - Ath Ave N _.., IIIIIIIINI � n LO z a ' oa ua O --D)w � p r --- Ave-- t e i DM DW J Q �u i a R UJ N ' i. Y�i He1k 4a£�W U) Q m .....I lil I intemrklan 5'rnYtl ._._. ._... 5 ,a a - _----------- � N II O L yNp� � o W 2 a Qom d Z V .ZC tl Ll f u L ry S F 7 2 Y 9�p I...L O Z VZ�J VF0. 6' -OZ 90 m DM Y p -.� ^ . ....... . J aJLL3a �m�4v a U' dwA^ o ¢— s DIW A DM m A mFrma LLo._ oiz� tltl'RRR a Fx� o q o> aF0 $ a U, Q o e aoz � aa � _ � tl DNJtS�Fix�w�m���� . � O .... ...,,... J 71 N T:.nil Mmr9 ❑ U) n x N ❑ . C71 a S a2h vile) h v 4 w a r- 7 I� Ain N,t:q' 21 -� F W yy c 3j = r<aac � - E - Go rvCo cCq N N N ....Cb-1- --- NLL Is INNMatch Line A 3 AE7 fi fi , Ic f_ 10 U " 1 t P - y,V �',V'N'�'Vj9��'n I y M p DW DM r d nl U) a � m N� m N{ W4 J y II i I I O }p N Ube VI Pdy6 W azz auu I o Sz I O I I NZ I�io L T' N�S W26Y-S d T 6 F, ZN r a °r 0 u m !O- 2 P �o� ��z�oro ➢ ... m MT 9 � n��P 'r P�m�➢ 'w K - � y m Co �. r r2' a ,1v ti �e REQUESTED DATES: ADDRESS: PERMIT: WORK HOURS: S 228th St a 4th Ave N Kent,WA 98032 Mb IAM I I 6VUtl JJ tYd gMNY A3d1Y 3NYl 9'd6 546 p o "Note RWA on NB of 2ntl Ave N rp �+r9 ntl—�a+F 5"uMN-Y.11 h+! Y Lafi 1 Ali y nIbWM Illll 1 rn -.- IIII�III 4 h I I I V grnyV W I 1 m 1 �M 9 nnnu lS i 4 � +pA-AqA #w!wYST/ mnwf 4 1 -ISTTIf WI f IS/ 71fySNk#if+SIFT N nJ AmY B In ml n+w8 bn N7 iSl7 f t NInVimP.i Qw/nif ywNkNNSnkTV f- k 4W�N 2-iy YknYlnViySf f S#win+Ymb#+0 mYGSYwSiAmYiw8 wY#wl NV Fw+fNTwf if+STTCwyYmFk7w71SnISTTn18 ve- 'W -"- t YYrYn NnWw w+Y NT loiwNmS Ik i57 7 SVii wSil mnG Fw+kOTw- r� k t�y YmnwNnlFwiFw+kJ7wIYwNm88wl 7w7 f�SVICWi311 mYGFw+IPJTw- "ii7 w!`Mwf if+ST➢l nI NYmSN+ik nmiS7.SNw/ niTS/wf- siSTTf kYl f Ito,;[oJCOnibl Twf f Imn+wYl If wif ywNkUw7- ,yt/11 fyy ty(jfp"'0 c-iN+SI l wTYZSnknl i7wFMlwf SYwinYSPAIdVif SAwn Vi7Ybef R 20 ''in6 Cb TSYiB SYOmVf ImYi2o"inST➢NrrJ mA- + ...... B w oTSTFf ySNk#S SViDMS7,bf nw7 in-INm8 5 m7 SnwiSni #YS7Mk nwYf wNnknl f IS!70nYi7YIFwl SVf u-iSTwYn,SAAwNnw7iYwf k7wl of iSl 71Cbf k wf f of- - - r..... MN�gw Y 00l 11 VBW i! y -a ��. ------- N Summary of Devices , uaac A, 4-48" Road Work Ahead r...... r `at��T,^. 1-Ah Lan s 'e Right a Closed Ahead ... ¢ .. ..., ._ _ s - e E 1 48" Transition Symbol 1-48" Lane Shift Ahead ro � -' 1-48" Reverse Curve ...... a „ Mx- 7NS 25-Cones ALTUS i -�� Right Layne Closure 8r 1-Flashing Arrow Panel r�^xaaax r '1xs o„",,-„o,�_ I In irl if Lane Shift romgj ikiiiiir 122&&Ifm It 3 Snuv "MHT#'12 '�u]_ / mnwf1 nh,".: „n.,a y f f✓Nineon 4111ytlrµrM40 ..e .im an a ...wn".,..m '.... „"""- +sAl VICSHIST —XF MFZLYFT®A LuuunmuYa uouuniiam a }- WIIMMon 5Md r•+ unnmwru �� DA4VF➢TOIItMIIAPVf 4A fNVIM(IAL Y 1ati+uw i11a1N 1'RiD•Buar< " DVDIV10AXAV1 4PVVF OWP(MD" n Ilq/Ar.IJ ram,. � r. n,.. ,6 Y41 Ifllll .. �.... rr REQUESTED DATES:, ADDRESS: PERMIT: WORK HOURS: S 228th St a 4th Ave IN Kent,WA 98032 wev�n. V Y mrav N • n i Ri ld 1� �!l N 4 pl <k -'10 -� I ay �PPIIIIIgI -' res4i 4 r a r ..... - �_�ai C3 ail � n 9t I «x a o �'vnn GI-Y veil—►{ YXBP IV N � wzo-1 N I W y 4 I � 4 k bi bY9o8 ) C6rE vyv 1 DSooe*1rSi7BF9-w k8 X9oo8) i P)YLP MXNLy a 73)i 7 k �" -"E) P5 bi C0 Fb-APw 90ry i r z 4 r\8+ c2EFYvy YWNf9r r 9k b®XY) y k X81 )YI ®Yb981)Y81L bYk bi -V , bXw obr 0 X9ao8 hiFY) , of b7i9CGooM,brz 4 "0 obY(Ii bOY) 8JY9i r v01T 9Vr 84 67,91 -b8 ) 1 09- an2,V55ADgn 9,EFY) Cb-Oeb$ bXwob✓A'b-) L L bi 7b7/L 9V8 b818 )YI Q bXw obz vBYb, wbr8 X9oo8 ) CR)i -Y) 9-X8v O) &7k0-bi 09)9i brz 4 \ 4 2�eoo0Wl r8gsJ3jsJ7 q �,i obrrE�OXbY1 wbBFb-tPvb7z ruRen: r rnwa.. 58X9i i bom790ai Wb,w b,3)Yb MY9PPw 39Pb 0J81 Yy L rB WLII'1 Y{4lh&}Ik ca"K)y.yn9Yai 9YI hYr$ YWa'®oog ) i bra s2fBoo8F9-w k 19V8 b®7kyr Ob7D) ED--) LL)79CbWC8 k Y97b84Cb Yr b-O,yi rau 70 YWYwb1 9Vrz FJy 3,11obY03)PPb-Cb7WbrWbi O®i 78 yrw br r brz w,m N m,. rxx,wa prrA➢,mWI 1 v.xn. rW1 Yd D�'wW. 'ruw! '"'mo rrnn"'"" m,a+ N '.Su mmary of Devices LFN. R^ x 4.48" Road Work Ahead 9 t 1 -48" Turn Lane Closed rE Ahead — .n•' y �e a'- + x 1 48" Lane Shift Ahead 1-43" Reverse Curve r d ie 1-Right Turn Only L" S 30-Cones v ALTUS r..=ra ^u ' a Closure ) !r'rv6t mf6CA 'v ^^^ IH 11 -- Turn Lane r .E�..--. MH1#13 -r nm eye ,. (."uvuawwvu - �•?'� • 1i�..... ... -- •• AAJEVf C SOL9 l' "/E WFZaFMA rrnnuww¢rnn�a Y r ur.e.r .� Hr•n:,ar r OAw/rl•Fr,n?"JAPVT 4A MVWAJAL w�7) [(En6.. n �7.... „ l�' • ....,, AVfii VHJA IK AVf'* 4PVVF 04%PO4Bax ....... .......... .... - ......... N0""1w . - R�„ INTERURBAN TRAIL CLOSED FOR CONSTRUCTION 2 TY1AW ST eoyRTS m w CONNECTOR TRAIL .. a INTERURBAN TRAIL a CLOSED AT S 228 ST 5.2YV"ST S.228TH ST X DATE TO X DATE —TRAL CLOSURE PLEASE FOLLOW DETOUR ROUTE f ... ---- —.-- -- .. "JANET Traffic Advisories posted at ALTERNATEROUTE „ YO ARE71 www.Kentwa.gov NOTE: TRAIL CLOSURE AT SIGN SHALL BE JAMES ST CLASS A, 30"X36" KE NT CLASS A SIGN wnx nixa*o• CITY OF KENT """' ENGINEERING DEPARTMENT pgTF 201T TS- 1 _-........ — —— "A m w NO INTERURBAN TRAIL CLOSED FOR CONSTRUCTION S,112TH ST rc w ALTERNATE ROUTE YOU ARE HERE YOU TRAIL i� INTERURBAN TRAIL CLOSED AT S 228 ST X DATE TO X DATE 5238TX5T $.220THST.. TRAIL CLOSURE PLEASE FOLLOW DETOUR ROUTE a g� e' FFR 4 Traffic Advisories posted at —. JAMES$T www.Kentwa.gov NOTE: TRAIL CLOSURE AT SIGN SHALL BE S 212TH ST CLASS A, 30"X36" N7 CLASS A SIGN CITY OF KENT o^II MS EXHIBIT ENGINEERING DEPARTMENT DATF U4/2OI7 _ TS-2 ti - _ 7xwrSwvE — 9 _ _ I �j I If u I f I ~—_-- ... In �_I : I L. W 1 @ 1" .,..... ..:-_ -. L. _.......� _I.0 GENERAIL.NOTE:. SIGN LOCATIONS ARE FOR INFORMATION PURPOSES ONLY. ACTUAL LOCATIONS SHALL BE DETERMINED IN THE FIELD. _. 1 Y � _ T - C y. BUSINESS 24"X30" � - - '""" WHITE ON BLUE OPEN DURING 6" LETTER HEIGHT CONSTRUCTION (n?) Iz I ® SIGN LOCATION (TEMPORARY MOUNT) if I� V ... 0 � I I " rl ( 111, '1 _ fr iY 4TH AVE N .� ._..., .,.... .....- ,rr� BUSINESS OPEN DURING CONSTRUCTION CITY OF K NMINMIPENT ��� ENGINEERING DE ARTMENT u, ::lPIFIIOY" '.fYu/ BUSINESS T F (\Dsiyr,\07— ll2 22Mb UPRRVd rf Rc CcnW1\11/—,022 "USINI`S OPEN EXHINI'd,', 9/13/201/ 6.09_d6 AM GE TECIHN I CALL REPORTS The following items are available to download with the project bid documents at: https://www.kentwa,aovidoiiia-bLISillOss/bids-01'OCLIrement Geotechnical Engineering Services Report Summary of Settlement Analysis Report Geotechnical Engineering Services Report Addendum S. 228`" St. UPRR Underground Utilities/Smith A - 4 July 31, 2018 Project Number! 07-3022 PROJECT S► 11 C S. 228" St, UPRR Underground Utilities/Smith A - 5 July 31, 2018 Project Number. 07-3022 � • OD tics oLM CL mom NUNN ommm CL o 020 Cn Co 04 1� 0 0 KING COUNTY WASTEWATER TREATMENT DIVISION GENERAL LETTER'. OF AUTHOR IZATION S. 2281^ St. UPRR Underground Utilities/Smith A - 6 July 31, 2018 Project Number: 07-3022 L41 King County Wastewater Treatment Division Industrial Waste Program Department of Natural Resources and Parks 201 South Jackson Street, Suite 513 Seattle, WA 98104-3855 206-477-5300 Fax 206-263-3001 TTY Relay: 711 March 20, 2017 Mark Madfai City of Kent 400 W. Gowe St. Kent, WA 98032 General Letter of Authorization—Construction: # 40098-01 for City of Kent - South 228th Street Grade Separation Construction Project to Discharge to the King County Sanitary Sewer Dear Mr. Mark Madfai: In accordance with King County Code 28.84.060, King County Industrial Waste Program (KCIW) authorizes the discharge of construction dewatering/process wastewater to the King County sanitary sewer from the City of Kent- South 228th Street Grade Separation Construction Project located at 7520 South 228th Street, Kent, WA 98032. This project is required to meet all the limitations, monitoring requirements, and other conditions specified in this authorization. This authorization is the only KCIW authorization that will be issued for the project identified in your application. This authorization is issued for the maximum duration of two years. It is valid from March 22, 2017, through March 21, 2019, or the duration of this project, whichever comes first. It is the permittee's responsibility to notify KCIW of project closure or any changes with this project. This authorization alone does not allow you to discharge to the salutary sewer. You must contact the local sewer agency to obtain approval along with a discharge location before discharging to the sanitary sewer. Wastewater from this project must be discharged to/at the location(s) specified by the local sewer agency. The local sewer agency will assess sewer charges, set flow rate restrictions and may impose additional requirements. General Conditions All discharges and activities approved by this authorization shall be consistent with King County Code 28.84.060 and the terms and conditions outlined in this authorization. A copy of this discharge approval, as well as required daily monitoring records, shall be on site and available for review and reference by KCIW or local sewer agency representatives. This authorization to discharge is based on your agreement and signed application. Mark Madfai March 20, 2017 Page 2 This authorization permits the discharge of up to 25,000 gallons per day (gpd) of construction dewatering from the construction site into the sanitary sewer. Discharging pollutants more frequently or in higher concentrations or quantity than authorized in this letter is a violation of the terms and conditions of this authorization. You must contact KCIW in advance and receive authorization before making changes beyond the terms and conditions of this authorization. Examples of changes include: w Construction dewatering volume above 25,000 gpd. • Site's surface area generates contaminated stormwater that exceeds one acre in aggregate. a Site conditions indicate potential for chemical contamination. + Substantial changes in the quality of the discharged water. • Discharge of wastes or contaminants from sources other than those permitted herein. This permit does not constitute authority for discharge into waters of the state. Any such discharge is subject to enforcement action by the Washington State Department of Ecology. You must allow authorized representatives of KCIW to enter, inspect, and sample as specified in King County Code 28.84.0601, "Inspection and Sampling of Industrial Users." You must install an accessible sampling spigot on the discharge pipe from the last treatment unit of the wastewater treatment system. The sample site shall be representative of all industrial waste streams discharged to the sewer from this project. Each sample site shall be accessible to KCIW representatives when discharge to the sewer is occurring. You must install a totalizing, non-resettable flow meter on all permitted discharge pipes to the sewer or as approved by your local sewer agency. The meters shall account for all industrial waste streams discharged to the sewer from this site. Discharge Limitations ..._._ .. Parameter Limitation .. _, _.w... ..... _........................ Instantaneous maximum discharge rate To be determined by local sewer agency. Not to exceed 200 gallons per minute or the sedimentation tank flow restriction, whichever is more stringent. Maximum daily discharge volume 25 000 gpd . — _. .. Settleable solids 7.0 mL/L _ ......... Nonpolar Fats Oil & Grease (FOG) 100 ma/L instantaneous Minimum,pH 5.0 sm. Daily Minimum pIT� 5.5 s.u. Maximum pII 12 s.u. Soluble Sulfides (Screening Level) 0.1 mg/L The instantaneous minimum pH limit is violated whenever any single grab sample or any instantaneous recording is less than pH 5.0. 2 The daily minimum pH limit is violated whenever any continuous recording of 15 minutes or longer remains below pH 5.5 or when each pH value of four consecutive grab samples collected at 15-minute intervals or longer within a 24-hoar period remains below pH 5.5. Mark Madfai March 20, 2017 Page 3 The water being discharged will not do the following: • Violate any discharge standard, limitation, or specific prohibition of King County Code 28.84.060 or local discharge limits applicable on the date of discharge (see Section 28.84.060.D-F of the King County Code). • Contain the odor of solvent, gasoline, or hydrogen sulfide (rotten egg odor), oil sheen, unusual color, or visible turbidity, • Cause hydraulic overloading conditions of the sewerage conveyance system. During periods of peak hydraulic loading, KCIW or local sewer agency representatives reserve the authority to request that discharge to the sewer be stopped. You must stop discharging and notify KCIW, by phone at 206-477-5300 or email at info.KCIW(ykingcounty.gov, if you exceed any of the discharge limits, or notice odor of solvent, gasoline, or hydrogen sulfide (rotten egg odor), oil ,;been, unusual color, or visible turbidity. Monitoring Requirements, You shall conduct the following self-monitoring requirements for this authorization. . _.---- _.... _,........ . .... __. Parameter Frequency Sample Type/_ .Iethod __, ... Discharge volume Daily In-line flow meter Disellarge rate Daily In-line flow meter Settleable solids Dail b by Imhoff _.t _ 5 Grab by Imhoff cone All tests, measurements and analyses shall be performed in accordance with procedures established by the administrator of the U.S. Environmental Protection Agency (EPA) pursuant to section 304(g) of the federal Clean Water Act and contained in 40 CUR Part 136 and amendments thereto or with any other test procedure approved in writing by the EPA administrator, and/or KCIW. Reen0'Clti 1111 it relnent You will maintain records relating to all permitted discharges to the King County sewerage system including but not limited to routine maintenance, waste disposal dates, manifests, any analytical lab results, monitoring records, and flow records All records required must be available for review by KCIW and must be kept through the completion of the project. ...._............ ' The settleable solids field test by Imhoff cone must be performed as follows: • Fill cone to one-liter mark with well-mixed sample. • Allow 45 minutes to settle. • Gently stir sides of cone with a rod or by spinning. Settle 15 minutes longer, • Record volume of settleable matter in the core as mL/L. Mark Madfai March 20, 2017 Page 4 Ja�t-chat Conditions You must implement erosion control best management practices to minimize the amount of solids discharged to the sanitary sewer system. As a minimum precaution, the construction dewatering must be pumped to an appropriately sized settling tank prior to entering the sewer system. The authorization to discharge is based on your agreement and signed application to comply with [lie minitntnn standards ontlined In Minimulr 2 o5'1andards fiw Rectangular Sedimentation Tank Oesign and Technical memorandum found oil county's wcbpajN'. The following two sedimentation tank options may be used, depending on site conditions and project requirements: 1. Rectangular Sedimentation Tank(Flow-Through Discharge) The minimum required standards for the flow-through system are: • Minimum hydraulic retention time: > 90 minutes • Minimum length-to-width ratio (length : width): > 4:1 • Maximum overflow rate (gallons-per-minute per square foot of surface area): < 1.0 gpm/ftz • Maximum sediment accumulation(level of sedimentation tank water column): <25% • Requirement to add additional sedimentation tanks in parallel for higher flow rates2. 2. Circular Sedimentation Tank(Batch Discharge): At some smaller construction sites,process wastewater is produced intermittently. The minimum required standards for batch discharge area as follows: • Minimum 5,000 gallon circular tank, which can accommodate a maximum of five batch discharges per day. • At least one hour of quiescent(undisturbed) settling must occur in the tank prior to discharge. During this settling time, no additional process wastewater can be added to the sedimentation tank. • Maximum sediment accumulation(level of sedimentation tank water column): < 251NO ' http://www.kingcounty.govienvironment/wastewater/IndustrialWaste/GettingDischargeApproval/Construction/ Sedimentation tanks.aspx. 2 Example: At 200 gpm flow,to meet the Minimum hydraulic retention time of>90 minutes,you need a minimum of 18,000 gallons rectangular tank(18,000 gal/200 gal/min=90 minute hydraulic retention time). Correspondingly, at 100-gpm flow,you need a 9,000-gallon tank,and at 65 gpm,the tank volume shall be 5850 gallons.If gravity discharge from the tank is not possible,the effective volume of the tank needs to be reduced to the level of the pump intake and under no circumstances can the pump intake be lower than one-half(1/2)of the tank height. Mark Madfai March 20, 2017 Page 5 The penmittee shall properly operate and maintain all wastewater treatment units to ensure compliance with established discharge limits. Solids accumulation in tanks used for solids settling shall not exceed 25 percent of the tank's working hydraulic capacity. Each tank's working hydraulic capacity is based on the water cohnnn height as measured from the bottom of the tank to either the invert elevation of the tank's outlet pipe (gravity discharges) or discharge pump intake(pumped discharges). General Information King County Code 28.84 authorizes a fee for each Letter of Authorization issued by the King County Department of Natural Resources and Parks. The current fee for issuance of a Letter of Authorization is $800. King County will send an invoice for this amount, If you have any questions about this authorization or your construction dewatering discharge, please call us at 206-477-5300, or email us at info.KCIW@kingcounty.gov. You may also visit our program's Internet pages at vr"w.kingcounty.govlindustrialwaste. Thank you for helping support our mission to protect public health and enhance the environment. Sincerely, Despina Strong Industrial Waste Program Manager cc: Shawn Gilbertson, City of Kent CONTRACTOR'S R I GHT OF ENTRY AGREEMENT The City will complete the Union Pacific Consent Letter, The Contractor and sub-Contractors shall complete Exhibit B to Consent Letter of the Union Pacific agreement and submit the Letter(s) to the City at the pre-construction meeting. The Contractor shall provide Certificate(s) of Insurance and endorsements as required in Exhibit A (Insurance Requirements for Construction Projects of the Project Contract) and the insurance requirements in Exhibit C (Consent Letter of the Union Pacific agreement). Note that the more stringent requirement in either Exhibit is the controlling requirement for insurance in this contract. Please submit the certificate(s) and endorsements to the City at the pre-construction meeting. Only the General Contractor is required to provide Railroad Protective Liability, All Sub-Contractors shall provide Certificate(s) of Insurance and endorsements as required in Exhibit A (Insurance Requirements for Construction Projects of the Project Contract) and the insurance requirements in Exhibit C (Consent Letter of the Union Pacific agreement). Note that the more stringent requirement in either Exhibit is the controlling requirement for insurance in this contract. Please submit the certificate(s) and endorsements to the City at the pre-construction meeting. The City will submit all documents to the Union Pacific for processing and will pay Union Pacific administrative fees. S. 2281h St. UPRR Underground Utilities/Smith A - 7 July 31, 2018 Project Number; 07-3022 CONSENT LETTER June 26, 2018 Folder: 02111-48 SUSANNE PROVENCIO CITY OF KENT 400 W GOWE STREET KENT WA 98032 Dear Mr. Susanne Provencio Please refer to City Of Kent, (hereinafter the "Utility") application for a Crossing - Pipeline, covered by Audit Number 116013 at Mile Post 168.99, on the Seattle Subdivision at or near Kent, King County, Washington requesting approval from Union Pacific Railroad Company (hereinafter the "Railroad Company) to installation of a 60 inch pipeline inside an existing 72 inch CMP and 84 inch concrete casing. Attached hereto is a Railroad Location on P nt marked EXHIBIT A, each attached hereto and hereby made a part hereof, which illustrate the location and specifications of the subject project. This letter will serve as notification that the Railroad Company approves of your intentions above stated intentions. It is understood and acknowledged that the Utility shall reimburse the Railroad Company for all expenses incurred by the Railroad Company for employment of flagmen, inspectors and other employees required to protect the right of way and property of the Railroad Company from damage arising out of and/or from the work on the utility line. The Utility shall reimburse the Railroad Company for such expenses within thirty(30)days after presentation of bill for such expenses. This consent for will expire one (1) year from the date hereof. If the work is not completed by the date herein you must contact the Railroad Company and request an extension of this Consent Letter. If a contractor is to do any of the work performed on or about the Railroad Company's property, then Utility shall require its contractor to execute the Railroad Company's form Contrarelor's.,Jz1gliC of Entry Agreement, EXHIBIT B. Utility acknowledges receipt of a copy of Conhttctoa"s Right of Fair A=rert and understanding its term, provisions and requirements, and will inforn its contractor of the need to execute the Agreement. Under no circumstances will Utility's contractor be allowed on or about the Railroad Company's property without first executing the Contractor's Ri 'ht off nl}y_ Ttr4egttel t. In order to protect the operations of the Railroad Company as well as for safety reasons, it is imperative that the Utility notify our Managers of Track and Signal at the following offices: Union Pacific Railroad Real Estate 1400 Douglas Street Stop 1690 Omaha, Nebraska 68179-1690 fx. (402)501-0340 STEFFER, Remy L. JOHNSON, James A. TRACK MAINTENANCE SIGNAL MAINTENANCE 210 232-6546 503/249-2237 rlsteffe@up.com jajolmso0l @up.com 17225 E ARENTH AVE. 1055 Jackson St SE CITY OF INDUSTRY, CA 91748 ALBANY, OR 97322 no less than ten (10) days in advance of any construction on, along, or across the Railroad Company's right of way and/or tracks. The Railroad Company has authorized the installation of fiber optics cable facilities on its property in certain areas. Prior to using the Railroad Company's property covered herein, you must contact the Railroad Company at 1-800-336-9193 to determine if a fiber optic cable is buried on the subject property. When you or your representative enters the Railroad Company's property, a copy of this letter must be available at the site to be shown on request to any Railroad Company employee or official. If you have any questions or concerns pertaining to this permit, feel flee to contact Kylan Crawford at (402) 544-8536 or KDCRAWFO@up.com. Thank you, Kylan Crawford Real Estate Acknowledged and Approved by: CITY OF KENT By: Title: Printed Name: NON - FLAMMABLE LIQUID ✓❑ CROSSING PIPELINE El ENCROACHMENT ❑ BOTH A UPRR R.o w -------- ---- -------- - _ - ------ ---_------------ ...n..... ..m....____.—___ —® 31 FT. _.r-I-�n. ......... . ......... 5249 FT. ........ �... � .. 53 FT. r—I--w ... 175 FT. __....... � L` y sa DEG. U z ANGLE OF U J —� z CROSSING "- DESCRIBE " DESCRIBE m ...w - FIXED OBJECT FIXED OBJECT � ., CROSSING TRACK CROSSING TRACK-- P.0 of SwltO I S 2281h St..C/L(ES 205+027) e NORTH ARROW _--_-------------------- _ -- PLAN SCALE: NDNE I ?�o ¢ OUTER M OUTER I¢ TRACK TRACK I� I I I T ...�---... ...,�..., so FT. o FT.-_...1... 120 FT.... .............. _. I„y VENT PIPE .....,..,.a. Y TOTAL TRACKS N?A FT. '" N(A ,r GROUND NIA FT. ._._ I _ SURFACE .,......�.. ,.. x. ...__.. DRAINAGE / DITCH T FT. IS FT. µ wA FT. . CAS lNCP�IPE^ m .. . _ .. .. .. . , .mSECTION --- CARRIER PIPE scnLE: NONE A LONGITUDINAL PIPE NOTES: ENCROACHMENT 1)ALL DIMENSIONS MEASURED PERPENDICULAR TO THE CENTERLINE OF TRACK. 2) REFER TO ARENA VOLUME 1, CHAPTER 1,PART 5, SECTION 5.3. A) METHOD OF INSTALLATION SLIP LINE INSIDE EXISTING PIPE B) DIST. FROM CENTERLINE OF TRACK TO PIPE ENCROACHMENT 3� BUILDING AMERICA® C) SIGNS PROVIDED? . D) CARRIER MATERIAL RUBSERLINEE1cMR IF RCP, CLASS V? COMMODITY TO RE CONVEYED LoELwnjER_ • EXHIBIT " A " OPERATIONAL PRESSURE N/A PSI. MADE PST. SLBDIVISION: Seattle Sub„ WALL THICKNESS (INCH)/ SCHEDULE DIAMETER e0 IN. _._._. CATHODIC/COATING PROTECTION WA TRACK TYPE: MAINLINE ..... ............................__ _ .... E) CASING MATERIAL acP ................................ IF RCP, CLASS V? v M.P.e1ca.0s LAT.aaz3s75�8 TOTAL LENGTH CASING PIPE: 48 FT. - ...... ................. WALL THICKNESS ' IN. DIAMETER 84 IN. E.S.M.:204+852 LONG.:azzza18s8 CATHODIC/COATING PROTECTION N/A NEAREST CITYo COUNTY° STATE: CASING PIPE IS ' AT THE ENDS. KENT KING wA F) DISTANCE FROM CENTERLINE OF TRACK TO NEAR FACE OF ................------- ------- BORING AND JACKING PITS WHEN MEASURED AT RIGHT ANGLES APPLICANT: c1TYOFKENT 120 AND 59 FILE NO.o 2111-4e DATE: 10 m... .za.../ 2017 EXHIBIT B TO CONSENT LETTER PL X&R ROE 940201 Folder No.2111-48 Fomi Approved,AVP-Law 08/25/2006 CONTRACTOR'S RIGHT OF ENTRY AGREEMENT THIS AGREEMENT is made and entered into as of the _._....._by and between UNION PACIFIC RAILROAD COMPANY, a Delaware corp oration, ("Railroad") and .._......... ...._........................ a ------------ corporation ("Contractor"), to be addressed at RECITALS: The Contractor has been hired by City Of Kent to installation of a 60 inch pipeline inside an existing 72 inch CMP and 84 inch concrete casing on its existing crossing (the "work"), with all or a portion of such work to be performed on property of Railroad at Mile Post 168.99, on the Seattle Subdivision at or near Kent, King County, Washington. pursuant to a Consent Letter between Railroad and City Of Kent dated 6/26/2018 at such location as shown on the print marked Exhibit A attached hereto and hereby made a part hereof. Railroad is willing to pennit Contractor to perform the work described above at the location describe above subject to the terms and conditions contained in this Agreement. AGREEMENT: NOW, THEREFORE, it is mutually agreed by and between the Railroad and Contractor, as follows: Article 1. DEFINITION OF CONTRACTOR. For purposes of this Agreement, all references in this Agreement to the Contractor shall include Contractor's contractors, subcontractors, officers, agents and employees, and others acting under its or their authority. Article ❑. RIGIIT GRANTED• PURPOSE. Railroad hereby grants to Contractor the right, during the term hereinafter stated and upon and subject to each and all of the terms, provisions and conditions herein contained, to enter upon and have ingress to and egress from the property described in the Recitals for the purpose of performing any work described in the Recitals above. The right herein granted to Contractor is limited to those portions of Railroad's property specifically described herein, or as designated by the Railroad Representative named in Article IV, and is strictly limited to the scope of work identified to the Railroad, as detennined by the Railroad in its sole discretion, and for no other purpose. Article HE TERMS AND CONDITIONS CONTAINED IN EXHIBITS B C AND D. The terms and conditions contained in Exhibit B, C and D, attached hereto, are hereby made a part of this Agreement. Article IV. ALL EXPENSES TO BE BORNE BY CONTRACTOR; RAILROAD REPRESENTATIVE. A. Contractor shall bear any and all costs and expenses associated with any work performed by Contractor, or any costs or expenses incurred by Railroad relating to this Agreement. B. Contractor shall coordinate all of its work with the following Railroad representative or his or her duly authorized representative(the "Railroad Representative"): STEFFER,Remy L. JOHNSON, James A. TRACK MAINTENANCE SIGNAL MAINTENANCE 210 232-6546 503/249-2237 rlsteffe@up.com j aj ohnso0l @up.com 17225 E ARENTH AVE. 1055 Jackson St SE CITY OF INDUSTRY, CA 91748 ALBANY, OR 97322 C. Contractor, at its own expense, shall adequately police and supervise all work to be performed by Contractor and shall ensure that such work is performed in a safe manner as set forth in Section 7 of Exhibit B. The responsibility of Contractor for safe conduct and adequate policing and supervision of Contractor's work shall not be lessened or otherwise affected by Railroad's approval of plans and specifications involving the work, or by Railroad's collaboration in performance of any work, or by the presence at the work site of a Railroad Representative, or by compliance by Contractor with any requests or recommendations made by Railroad Representative. Article V. TERM TIIRMINATION. A. The grant of right herein made to Contractor shall commence on the date of this Agreement, and continue for one (1) year from 10/30/2017, unless sooner tenninated as herein provided, or at such time as Contractor has completed its work on Railroad's property, whichever is earlier. Contractor agrees to notify the Railroad Representative in writing when it has completed its work on Railroad's property. B. This Agreement may be terminated by either party on ten (10) days written notice to the other party. Article VL CERTIFICATE OF INSURANCE. A. Before commencing any work, Contractor will provide Railroad with the insurance binders,policies, certificates and/or endorsements set forth in Exhibit C of this Agreement. B. All insurance correspondence, binders, policies, certificates and/or endorsements shall be sentto: Folder No: 02111-48 Union Pacific Railroad Company 1400 Douglas Street STOP 1690 Omaha,Nebraska 68179-1690 Article VIL CHOICE OF FORUM. Litigation arising out of or connected with this Agreement may be instituted and maintained in the courts of the States of only, and the parties consent to jurisdiction over their person and over the subject matter of any such litigation, in those courts, and consent to service of process issued by such courts. Article VIII. DISMISSAL OF CONTRACTOR's EMPLOYEE. At the request of Railroad, Contractor shall remove from Railroad's property any employee of Contractor who fails to conform to the instructions of the Railroad Representative in connection with the work on Railroad's property, and any right of Contractor shall be suspended until such removal has occurred. Contractor shall indemnify Railroad against any claims arising from the removal of any such employee from Railroad's property. Article IX. ADMINISTRATIVE FEE. Upon the execution and delivery of this Agreement, Contractor shall pay to Railroad One Thousand Dollars ($1,000.00) as reimbursement for clerical, administrative and handling expenses in connection with the processing of this Agreement. Article X. CROSSINGS. No additional vehicular crossings (including temporary haul roads) or pedestrian crossings over Railroad's trackage shall be installed or used by Contractor without the prior written permission of Railroad. Article XL EXPLOSIVES. Explosives or other highly flammable substances shall not be stored on Railroad's property Without the prior written approval of Railroad. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed in duplicate as of the date first herein written. UNION PACIFIC RAILROAD COMPANY By ........................_._ Kylan Crawford (Contractor Name) Real Estate By Name: ------------------ Title: Telephone: Email: NON - FLAMMABLE LIQUID ✓❑ CROSSING PIPELINE ❑ ENCROACHMENT ❑ BOTH A --UPRR R.O.W. -.. ._.._. 91 -- FT. ..... .................-L..., ...... _ 5249 FT. __. .. ...------.,-- _53 FT. ...__ 175 FT. ------- ,� 90 DEG. ui )ANGLE. CROSSING U DESCRIBE ! DESCRI[BE FIXED OBJECT ( FIXED OBJECT r' CROSSING TRACK CROSSING TRACK-- Point of Switch I s.zzsm st.CIL(Es:205,027) `a NORTH ARROW ---- ------------------------ -- A. UPRR R.0.W. PLAN SCALE: NONE I� ao OJTER e OUTER ao I� TRACK = TRACK as FT, 57 FT, ---..................,......,,..r I so F T. o FT. 120 FT.-- I VENT PIPE � I TOTAL TRACKS I NA FT. - -- GROUND "!A FL I to-- i FT• SURFACE .. a L ..".. DRAINAGE DITCH I 7 FT. 5 FT. I .. wA FT. _. ---------- CASING PIPE SECT --- CARRIER PIPE -SXayE. NONE A LDNG[TUDINAL PIPE NOTES: ENCROACHMENT 1)ALL DIMENSIONS MEASURED PERPENDICULAR TO THE CENTERLINE OF TRACK. 2)REFER TO AREMA VOLUME 1, CHAPTER 1,PART 5, SECTION 5.3. A) METHOD OF INSTALLATION sLIPLINEINSIDEENISTING PIPE B) DIST. FROM CENTERLINE OF TRACK TO PIPE ENCROACHMENT 501 BUILDING AMERICA® C) SIGNS PROVIDED? . 0) CARRIER MATERIAL Ru66ERLINEDCMP IF RCP, CLASS V? COMMODITY TO BE CONVEYED STORM WATER E X H I B I T A" OPERATIONAL PRESSURE N/A PSI. MACE PSI. SUBDIVISIONoseamesub. WALL THICKNESS (INCH)/ SCHEDULE ____......... ..... . . DIAMETER 60 IN. CATHODIC/COATING PROTECTION NIA TRACK TYPED MAINLINE El CASING MATERIAL RCP, CLASS V? ...................m.... RCF"" IF RCP M.P.8168.99 IT TOTAL LENGTH CASING PIPE: 48 FT. E.S.M..zoa,as.z LONG.:-lzz zals9a WALL THICKNESS ' IN. DIAMETER 84 IN. CATHODIC/COATING PROTECTION NLA NEAREST CITY: COUNTY° STATE: CASING PIPE IS ' AT THE ENDS. KENT KING WA F) DISTANCE FROM CENTERLINE OF TRACK TO NEAR FACE OF ---"""—"" BORING AND JACKING PITS WHEN MEASURED AT RIGHT ANGLES APPLICANTocm OFKENT 120' AND 59 FILE N0.: 2111-0e DATE- 10 / 24 / 2D17 Fortn Approved,AVP-Law OT25ios EXHIBIT B To CONTRACTOR'S RIGHT OF ENTRY AGREEMENT Section 1. NOTICE OF COMMENCEMENT OF WORK- FLAGGING. A. Contractor agrees to notify the Railroad Representative at least ten (10) working days in advance of Contractor commencing its work and at least ten (10) working days in advance of proposed performance of any work by Contractor in which any person or equipment will be within twenty-five (25) feet of any track, or will be near enough to any track that any equipment extension (such as, but not limited to, a crane boom) will reach to within twenty-five (25) feet of any track. No work of any kind shall be performed, and no person, equipment, machinery, tool(s), material(s), vehicle(s), or thing(s) shall be located, operated, placed, or stored within twenty-five (25) feet of any of Railroad's track(s) at any time, for any reason, unless and until a Railroad flagman is provided to watch for trains. Upon receipt of such ten (10)-day notice, the Railroad Representative will determine and inform Contractor whether a flagman need be present and whether Contractor needs to implement any special protective or safety measures. If flagging or other special protective or safety measures are performed by Railroad, Railroad will bill Contractor for such expenses incurred by Railroad, unless Railroad and a federal, state or local govermnental entity have agreed that Railroad is to bill such expenses to the federal, state or local governmental entity. If Railroad will be sending the bills to Contractor, Contractor shall pay such bills within thirty (30) days of Contractor's receipt of billing. If Railroad performs any flagging, or other special protective or safety measures are performed by Railroad, Contractor agrees that Contractor is not relieved of any of its responsibikitics or liabilities set forth in this Agreement. B. The rate of pay per hour for each flagman will be the prevailing hourly rate in effect for an eight-hour day for the class of flagmen used during regularly assigned hours and overtime in accordance with Labor Agreements and Schedules in effect at the time the work.is performed. In addition to the cost of such labor, a composite charge for vacation, holiday, health and welfare, supplemental sickness, Railroad Retirement and unemployment compensation, supplemental pension, Employees Liability and Property Damage and Administration will be included, computed on actual payroll. The composite charge will be the prevailing composite charge in effect at the time the work is performed. One and one-half times the current hourly rate is paid for overtime, Saturdays and Sundays, and two and one-half times current hourly rate for holidays. Wage rates are subject to change, at any time, by law or by agreement between Railroad and its employees, and may be retroactive as a result of negotiations or a ruling of an authorized governmental agency. Additional charges on labor are also subject to change. If the wage rate or additional charges are changed, Contractor (or the governmental entity, as applicable) shall pay on the basis of the new rates and charges. C. Reimbursement to Railroad will be required covering the full eight-hour day during which any flagman is furnished, unless the flagman can be assigned to other Railroad work during a portion of such day, in which event reimbursement will not be required for the portion of the day during which the flagman is engaged in other Railroad work. Reimbursement will also be required for any day not actually worked by the flagman following the flagman's assignment to work on the project for which Railroad is required to pay the flagman and which could not reasonably be avoided by Railroad by assignment of such flagman to other work, even though Contractor may not be working during such time. When it becomes necessary for Railroad to bulletin and assign an employee to a flagging position in compliance with union collective bargaining agreements, Contractor must provide Railroad a minimum of five (5) days notice prior to the cessation of the need for a flagman. if five (5) days notice of cessation is not given, Contractor will still be required to pay flagging charges for the five (5) day notice period required by union agreement to be given to the employee, even though flagging is not required for that period. An additional ten (10) days notice inust then be given to Railroad if flagging services are needed again after such five day cessation notice has been given to Railroad. Section 2. LIMITATION AND SI IR(Iil,DINATION OF RIGHTS GRANTED A. The foregoing g tant of right is subject and subordinate to the prior and continuing right and obligation of the Railroad to use and maintain its entire property including the right and power of Railroad to construct, maintain, repair, renew, use, operate, change, modify or relocate railroad tracks, roadways, signal, communication, fiber optics, or other wirclines, pipelines and other facilities upon, along or across any or all parts of its property, all or any of which may be freely done at any time or times by Railroad without liability to Contractor or to any other party for compensation or damages. B. The foregoing grant is also subject to all outstanding superior rights (including those in favor of licensees and lessees of Railroad's property, and others) and the right of Railroad to renew and extend the same, and is made without covenant of title or for quiet enjoyment. Section 3. NO INTERFERENCE WITH OPERATIONS OF RAILROAD AND ITS TENANTS. A. Contractor shall conduct its operations so as not to interfere with the continuous and uninterrupted use and operation of the railroad tracks and property of Railroad, including without limitation, the operations of Railroad's lessees, licensees or others, unless specifically authorized in advance by the Railroad Representative. Nothing shall be done or permitted to be done by Contractor at any time that would in any manner impair the safety of such operations. Wien not in use, Contractor's machinery and materials shall be kept at least fifty (50) feet from the centerline of Railroad's nearest track, and there shalll be no vehicular crossings of Railroads tracks except at existing open public crossings. B. Operations of Railroad and work performed by Railroad personnel and delays in the work to be performed by Contractor caused by such railroad operations and work are expected by Contractor, and Contractor agrees that Railroad shall have no liability to Contractor, or any other person or entity for any such delays. The Contractor shall coordinate its activities with those of Railroad and third parties so as to avoid interference with railroad operations. The safe operation of Railroad train movements and other activities by Railroad takes precedence over any work to be performed by Contractor. Section 4. LIENS. Contractor shall pay in full all persons who perform labor or provide materials for the work to be performed by Contractor. Contractor shall not create, permit or suffer any mechanic's or materiahnerl s liens of any kind or nature to be created or enforced against any property of Railroad for any such work performed. Contractor shall indemnify and hold harmless Railroad from and against any and all liens, claims, demands, costs or expenses of whatsoever nature in any way connected with or growing out of such work done, labor performed, or materials furnished. If Contractor fails to promptly cause any lien to be released of record, Railroad may, at its election, discharge the lien or claim of lien at Contractor's expense. Section 5. PROTECTION OF FIBER OPTIC CABLE SYSTEMS. A. Fiber optic cable systems may be buried on Railroad's property. Protection of the fiber optic cable systems is of extreme importance since any break could disrupt service to users resulting in business interruption and loss of revenue and profits. Contractor shall telephone Railroad during normal business hours (7:00 a.m. to 9:00 p.m. Central Time, Monday through Friday, except holidays) at 1-800-336-9193 (also a 24-hour, 7-day number for emergency calls) to determine if fiber optic cable is buried anywhere on Railroad's property to be used by Contractor. If it is, Contractor will telephone the telecommunications company(ies) involved, make arrangements for a cable locator and,if applicable, for relocation or other protection of the fiber optic cable. Contractor shall not commence any work until all such protection or relocation (if applicable) has been accomplished. B. In addition to other indemnity provisions in this Agreement, Contractor shall indemnify, defend and hold Railroad harmless from and against all costs, liability and expense whatsoever (including, without linritation, attorneys' fees, court costs and expenses) arising out of any act or omission of Contractor, its agents and/or employees, that causes or contributes to (1) any damage to or destruction of any telecouununications system on Railroad's property, and/or (2) any injury to or death of any person employed by or on behalf of any telecommunications company, and/or its contractor, agents and/or employees, on Railroad's property. Contractor shall not have or seek recourse against Railroad for any claim or cause of action for alleged loss of profits or revenue or loss of'service or other consequential damage to a teleconnununication company using Railroad's property or a customer or user of services of the fiber optic cable on Railroad's property. Section 6. PERMITS- COMPLIANCE WITH LAWS. In the prosecution of the work covered by this Agreement, Contractor shall secure any and all necessary permits and shall comply with all applicable federal, state and local laws, regulations and enactments affecting the work including, without limitation, all applicable Federal Railroad Administration regulations. Section 7. SAFETY, A. Safety of personnel, property, rail operations and the public is of paramount importance in the prosecution of the work performed by Contractor. Contractor shall be responsible for initiating, maintaining and supervising all safety, operations and programs in connection with the work. Contractor shall at a minimum comply with Railroad's safety standards listed in Exhibit D, hereto attached, to ensure uniformity with the safety standards followed by Railroad's own forces. As a part of Contractor's safety responsibilities, Contractor shall notify Railroad if Contractor determines that any of Railroad's safety standards are contrary to good safety practices. Contactor shall furnish copies of Exhibit D to each of its employees before they enter the job site. B. Without limitation of the provisions of paragraph A above, Contractor shall keep the job site free from safety and health hazards and ensure that its employees are competent and adequately trained in all safety and health aspects of the job. C. Contractor shall have proper first aid supplies available on the job site so that prompt first aid services may be provided to any person injured on the job site. Contractor shall promptly notify Railroad of any U.S. Occupational Safety and Health Administration reportable injuries. Contractor shall have a nondelemble duty to control its employees while they are on the job site or any other property of Railroad, and to be certain they do not use, be under the influence of, or have in their possession any alcoholic beverage, drug or other substance that may inhibit the safe performance of any work. D. If and when requested by Railroad, Contractor shall deliver to Railroad a copy of Contractor's safety plan for conducting the work(the "Safety Plan"). Railroad shall have the right, but not the obligation, to require Contractor to correct any deficiencies in the Safety Plan. The terms of this Agreement shall control if there are any inconsistencies between this Agreement and the Safety Plan, Section 8. INDEMNITY. A. To the extent not prohibited by applicable statute, Contractor shall indemnify, defend and hold harmless Railroad, its affiliates, and its and their officers, agents and employees ("Indemnified Parties") from and against any and all loss, damage, injury, liability, claim, demand, cost or expense (including, without limitation, attorney's, consultant's and expert's fees, and court costs), fine or penalty (collectively, "Loss") incurred by any person (including, without limitation, any Indemmrified Party, Contractor, or any employee of Contractor or of any hidemnified Party) arising out of or in any manner connected with (i) any work performed by Contractor, or (ii) any act or omission of Contractor, its officers, agents or employees, or(iii) any breach of this agreement by Contractor. B. The right to indemnity under this Section 8 shall accrue upon occurrence of the event giving rise to the Loss, and shall apply regardless of any negligence or strict liability of any Indemnified Party, except where the Loss is caused by the sole active negligence of an Indemnified Parry as established by the final judgment of a court of competent jurisdiction. The sole active negligence of any Indemnified Party shall not bar the recovery of any other Indemnified Party. C. Contractor expressly and specifically assumes potential liability under this Section 8 for claims or actions brought by Contractor's own employees. Contractor waives any immunity it may have under worker's compensation or industrial insurance acts to indemnify Railroad under this Section S. Contractor acknowledges that this waiver was mutually negotiated by the parties hereto. D. No court or jury findings in any employee's suit pursuant to any worker's compensation act or the Federal Employers' Liability Act against a party to this Agreement may be relied upon or used by Contractor in any attempt to assert liability against Railroad. E. The provisions of this Section 8 shall survive the completion of any work performed by Contractor or the termination or expiration of this Agreement. In no event shall this Section 8 or any other provision of this Agreement be deemed to limit any liability Contractor may have to any Indemnified Party by statute or under common law. Section 9. RESTORATION OF PROPERTY. In the event Railroad authorizes Contractor to take down any fence of Railroad or in any manner move or disturb any of the other property of Railroad in connection with the work to be performed by Contractor, then in that event Contractor shall, as soon as possible and at Contractor's sole expense, restore such fence and other property to the same condition as the same were in before such fence was taken down or such other property was moved or disturbed. Contractor shall remove all of Contractor's tools, equipment, rubbish and other materials from Railroad's property promptly upon completion of the work, restoring Railroad's property to the same state and condition as when Contractor entered thereon. Section 10. WAIVER OF DEFAULT. Waiver by Railroad of any breach or default of any condition, covenant or agreement herein contained to be kept, observed and performed by Contractor shall in no way impair the right of Railroad to avail itself of any remedy for any subsequent breach or default. Section 11. MODIFICATION-ENTIRE AGREEMENT. No modification of this Agreement shall be effective unless made in writing and signed by Contractor and Railroad. This Agreement and the exhibits attached hereto and made a part hereof constitute the entire understanding between Contractor and Railroad and cancel and supersede any prior negotiations, understandings or agreements, whether written or oral, with respect to the work to be performed by Contractor. Section 12. ASSIGNMENT - SUBCONTRACTING. Contractor shall not assign or subcontract this Agreement, or any interest therein, without the written consent of the Railroad. Contractor shall be responsible for the acts and omissions of all subcontractors, and shall require all subcontractors to maintain the insurance coverage required to be maintained by Contractor as provided in this Agreement, and to indemnify Contractor and Railroad to the same extent as Railroad is indemnified by Contractor under this Agreement. Fo,m Approved-2VP-Lnw W/2A/OG EXHIBIT C TO CONTRACTOR'S RIGHT OF ENTRY AGREEMENT Insurance Provisions For Contractor's Right of Entry Agreement Contractor shall, at its sole cost and expense, procure and maintain during the course of the Project and until all Project work on Railroad's property has been completed and the Contractor has removed all equipment and materials from the Railroad's property and has cleaned and restored Railroad's property to Railroad's satisfaction, the insurance coverage listed below. Before commencing any work, the Contractor will provide the Railroad with a Certificate issued by its insurance carrier providing the insurance coverage required pursuant to the Exhibit C of this Agreement in a policy which contains the following type of endorsement: "Union Pacific Railroad Company is named as additional insured with respect to all liabilities arising out of Insured's, as Licensee, performance of any work on the property of the Railroad." A. Commercial General Liability insurance. Commercial general liability (CGL) with a limit of not less than $2,000,000 each occurrence and an aggregate limit of not less than $4,000,000. CGL insurance must be written on ISO occurrence form CG 00 01 12 04 (or a substitute form providing equivalent coverage). The policy must also contain the following endorsement, which must be stated on the certificate of insurance: • Contractual Liability Railroads ISO form CG 24 17 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Railroad Company Property" as the Designated Job Site. B. Business A,utomobilc Coverage insurance. Business auto coverage written on ISO form CA 00 01 (or a substitute form providing equivalent liability coverage) with a combined single limit of not less $2,000,000 for each accident. The policy must contain the following endorsements, which must be stated on the certificate of insurance: • Coverage For Certain Operations In Connection With Railroads ISO form CA 20 70 10 01 (or substitute form providing equivalent coverage) showing "Union Pacific Property" as the Designated lob Site. • Motor Carrier Act Endorsement—Hazardous materials clean up (MCS-90) if required by law. C. Workers Compensation and Employers Liability insurance. Coverage must include but not be limited to: r Contractor's statutory liability wider the workers' compensation laws of the state(s) affected by this Agreement. w Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 disease policy limit$500,000 each employee. If Contractor is self-insured, evidence of state approval and excel workers compensation coverage must be provided. Coverage most include liability arising out of the U.S. Longshoremen's and Harbor Workers' Act,the Jones Act, and the Outer Continental Shelf Land Act, if applicable. The policy must contain the following endorsement, which must be stated on the certificate of insurance: • Alternate Employer endorsement ISO form WC 00 03 01 A (or a substitute form providing equivalent coverage) showing Railroad in the schedule as the alternate employer (or a substitute form providing equivalent coverage). D. Railroad Protective Liability insurance. Contractor must maintain Railroad Protective Liability insurance written on ISO occurrence form CG 00 35 12 04 (or a substitute form providing equivalent coverage) on behalf of Railroad as named insured, with a limit of not less than $2,000,000 per occurrence and an aggregate of$6,000,000. A binder stating the policy is in place must be submitted to Railroad before the work may be commenced and until the original policy is forwarded to Railroad. E. Umbrella or Excess insurance. If Contractor utilizes umbrella or excess policies, these policies must"follow form" and afford no less coverage than the primary policy. F. Pollution insurance. Pollution Liability coverage must be included when the scope of the work as defined in the Agreement includes installation, temporary storage, or disposal of any "hazardous" material that is injurious in or upon land, the atmosphere, or any watercourses; or may cause bodily injury at any time. Pollution liability coverage must be written on ISO form Pollution Liability Coverage Form Designated Sites CG 00 39 12 04 (or a substitute form providing equivalent liability coverage), with limits of at least$5,000,000 per occurrence and an aggregate limit of$10,000,000. If the scope of work as defined in this Agreement includes the disposal of any hazardous or non- hazardous materials from the job site, Contractor must furnish to Railroad evidence of pollution legal liability insurance maintained by the disposal site operator for losses arising forn the insured facility accepting the materials, with coverage in minimum amounts of $1,000,000 per loss, and an annual aggregate of$2,000,000, Other Requirements G. All policy(ies) required above (except worker's compensation and employers liability) must include Railroad as "Additional Insured" using ISO Additional Insured Endorsements CG 20 26, and CA 20 48 (or substitute forms providing equivalent coverage). The coverage provided to Railroad as additional insured shall, to the extent provided under ISO Additional Insured Endorsement CG 20 26, and CA 20 48 provide coverage for Railroad's negligence whether sole or partial, active or passive, and shall not be limited by Contractor's liability under the indemnity provisions of this Agreement. H. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the certificate of insurance),unless the law governing this Agreement prohibits all punitive damages that might arise under this Agreement. I. Contractor waives all rights of recovery, and its insurers also waive all rights of subrogation of damages against Railroad and its agents, officers, directors and employees. This waiver must be stated on the certificate of insurance. J. Prior to commencing the work, Contractor shall furnish Railroad with a certificate(s) of insurance, executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements in this Agreement. K. All insurance policies must be written by a reputable insurance company acceptable to Railroad or with a current Best's Insurance Guide Rating of A- and Class VII or bettor, and authorized to do business in the state(s) in which the work is to be performed. L. The fact that insurance is obtained by Contractor or by Railroad on behalf of Contractor will not be deemed to release or diminish the liability of Contractor, including, without limitation, liability under the indemmity provisions of this Agreement. Damages recoverable by Railroad from Contractor or any third party will not be limited by the amount of the required insurance coverage. Pipeline Crossing 07/20/08 Fon a Approved,AV P-l.nw EXHIBIT D SAFETY STANDARDS MINIMUM SAFETY REQUIREMENTS The term "employees" as used herein refer to all employees of Licensee or its contractors, subcontractors, or agents, as well as any subcontractor or agent of any Licensee. I. Clothing A. All employees of Licensee will be suitably dressed to perform their duties safely and in a manner that will not interfere with their vision, hearing, or free use of their hands or feet. Specifically, Licensee's employees must wear: (i) Waist-length shirts with sleeves. (it) Trousers that cover the entire leg. If flare-legged trousers are worn, the trouser bottoms must be tied to prevent catching. (iii) Footwear that covers their ankles and has a defined heel. Employees working on bridges are required to wear safety-toed footwear that conforms to the American National Standards Institute (ANSI) and FRA footwear requirements. B. Employees shall not wear boots (other than work boots), sandals, canvas-type shoes, or other shoes that have thin soles or heels that are higher than normal. C. Employees must not wear loose or ragged clothing, neckties, finger rings, or other loose jewelry while operating or working on machinery. 11. Personal Protective Equipment Licensee shall require its employee to wear personal protective equipment as specified by Railroad rules, regulations, or recommended or requested by the Railroad Representative. (i) Hard hat that meets the American National Standard (ANSI) Z89.1 — latest revision. Hard hats should be affixed with Licensee's company logo or name. (ii) Eye protection that meets American National Standard (ANSI) for occupational and educational eye and face protection, Z87.1 — latest revision. Additional eye protection must be provided to meet specific jab situations such as welding, grinding, etc. (iii) Hearing protection,which affords enough attenuation to give protection from noise levels that will be occurring on the job site, Hearing protection, in the form of plugs or muffs, must be worn when employees are within: r 100 feet of a locomotive or roadway/work equipment 15 feet of power operated tools 150 feet ofjet blowers or pile drivers 150 feet of retarders in use (when within 10 feet, employees must wear dual ear protection—plugs and muffs) (iv) Other types of personal protective equipment, such as respirators, fall protection equipment, and face shields, must be worn as recommended or requested by the Railroad Representative. III. On Track Safety Licensee and its contractor are responsible for compliance with the Federal Railroad Administration's Roadway Worker Protection regulations—49CFR214, Subpart C and Railroad's On-Track Safety rules. Under 49CFR214, Subpart C, railroad contractors are responsible for the training of their employees on such regulations. In addition to the instructions contained in Roadway Worker Protection regulations, all employees must: (i) Maintain a minimum distance of at least twenty-five (25) feet to any track unless the Railroad Representative is present to authorize movements. (ii) Wear an orange, reflectorized work wear approved by the Railroad Representative. ( ii) Participate in a job briefing that will specify the type of On-Track Safety for the type of work being performed. Licensee must take special note of limits of track authority, which tracks may or may not be fouled, and clearing the track. Licensee will also receive special instructions relating to the work zone around machines and minimum distances between machines while working or traveling. IV. Equipment A. It is the responsibility of Licensee to ensure that all equipment is in a safe condition to operate. If, in the opinion of the Railroad Representative, any of Licensee's equipment is unsafe for use, Licensee shall remove such equipment from Railroad's property. In addition, Licensee must ensure that the operators of all equipment are properly trained and competent in the safe operation of the equipment. In addition, operators must be: Familiar and comply with Railroad's rules on lockout/tagout of equipment. ■ Trained in and comply with the applicable operating piles if operating any by-rail equipment on-track. Trained in and comply with the applicable air brake rules if operating any equipment that moves rail cars or any other rail bound equipment. B, All self-propelled equipment must be equipped with a first-aid kit, fire extinguisher, and audible back-up warring device. C. Unless otherwise authorized by the Railroad Representative, all equipment mast be parked a minimum of twenty-five (25) feet from any track. Before leaving any equipment unattended, the operator must stop the engine and properly secure the equipment against movement. D. Cranes must be equipped with three orange cones that will be used to mark the working area of the crane and the minimum clearances to overhead powerlines. V. General Safety Requirements A. Licensee shall ensure that all waste is properly disposed of in accordance with applicable federal and state regulations. B. Licensee shall ensure that all employees participate in and comply with a job briefing conducted by the Railroad Representative, if applicable. During this briefing, the Railroad Representative will specify safe work procedures, (including On-Track Safety) and the potential hazards of the job. if any employee has any questions or concerns about the work, the employee must voice them during the job briefing. Additional job briefings will be conducted during the work as conditions, work procedures, or personnel change. C. All track work performed by Licensee meets the minimum safety requirements established by the Federal Railroad Administration's Track Safety Standards 49CFR213. D. All employees comply with the following safety procedures when working around any railroad track: (i) Always be on the alert for moving equipment. Employees must always expect movement on any track, at any time, in either direction. (ii) Do not step or walk on the top of the rail, frog, switches, guard rails, or other track components. (iii) In passing around the ends of standing cars, engines, roadway machines or work equipment, leave at least 20 feet between yourself and the end of the equipment. Do not go between pieces of equipment of the opening is less than one car length (50 feet). (iv) Avoid walking or standing on a track unless so authorized by the employee ill charge. (v) Before stepping over or crossing tracks, look in both directions first. (vi) Do not sit on, lie under, or cross between cars except as required in the performance of your duties and only when track and equipment have been protected against movement. E. All employees mast comply with all federal and state regulations concerning workplace safety. PREVAILING WAGE RATES S. 228`" St. UPRR Underground Utilities/Smith A - 8 July 31, 2018 Project Number: 07-3022 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 08/15/2018 County Trade Job Classification Wa a 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 6uildinB Service Ern plpyees Janitor $23.73 5S _2F King Birildinp Service Employees iTraveting Waxer/Shampooer $24.18 5S 2F King L3uilding Seivicr^ fmirvptuyecs Window Cleaner (Non- $27.23 5S 2F Scaffold) King Bundane 5LnvL e En-rploycces Window Cleaner (Scaffold) $28.13 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King C�a1 spenters Acoustical Worker $57.18 5D 4C King Carpcnd. rs Bridge, Dock And Wharf $57.18 5D 4C Carpenters King Carpenters Carpenter $57.18 5D 4C King, CarperAcrs Carpenters on Stationary Tools $57.31 5D 4C King Carpenters, Creosoted Material $57.28 5D 4C King Calpcnkers Floor Finisher $57.18 5D 4C King Carpenters Floor Layer $57.181 SD 4C King Carpeenters Scaffold Erector $57.181 5D 4C King Cement Masons Journey Level $57.21 7A 1M King Divers Et Tenders Bell/Vehicle or Submersible $110.54 5D 4C Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $72.97 5D 4C King Divers Et Tenders Diver $110.54 5D 4C 8V King Divers Ft Tenders Diver On Standby $67.97 5D 4C King Divers Et Tenders Diver Tender $61.65 5D 4C King Divers Et Tenders Manifold Operator $61.65 5D 4C King Divers Et Tenders Manifold Operator Mixed Gas $66.65 5D 4C King Divers Ft Tenders Remote Operated Vehicle $61.65 5D 4C Operator/Technician King Divers & Tenders $57.43 5A 4C httns://fortress.wa.anv/lni/waaelnnkun/nrvWanpinokiin-acnx 7/"�1 /7)nlR Page 2 of 18 Remote Operated Vehicle Tender I King P-1 edge Worker's Assistant Engineer $56.44 5D 3F King PLrLAVt)Y-Orkc Assistant Mate (Deckhand) $56.00 5D 3F King Boatmen $56.44 5D 3F King DredRe Workers Engineer Welder $57.51 5D 3F King Di edge Wor kers Leverman, Hydraulic $58.67 SID 3F King Dr.erlge,Workers Mates $56.44 5D LF King grr dge Workers Oiler _$56.001 5D 3F King 2tmYtdLtil_1jQPirC_aULr Journey Level $56.78 5D 1 H King XyAgLjAP9rs Journey Level $57.43 5P I E 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 r 4E King Electricians - Inside Journey Level $71.80 7C 4E King Electricians - Inside Journey Level (tunnel) $76.96 7C 4E ... .................... King Electricians - Mot2r Shay Craftsman $15.37 1 ............. ...... 1 King Electricians - Motor S hqp 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 Constructiou, 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 Construction 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 1 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 1 ...................... King laamp"am's Journey Level $39.48 7A_+ ly311�2 - Y King IGlaziers Journey Level $61.81 7L httDs://fortress.wa.aov/1ni/waaelookUD/DrvWaaelookUD.aSDX 7/31/2018 Page 3 of 18 King Heat ft I-lost I list I(ato Is And Journeyman $67.93 5_1 4H King 1-leatingEcluip'nent Mechanics Journey Level $78.17 7F 1E King _Hod Carriers a Mason Tenders Journey Level $48.02 7A 31 King Industrial Power V3CUU(n Journey Level $11.50 1 Cleaner .................... King Inland Boatmen Boat Operator $61.41 5B 1K King Inland Boatmen Cook $56.48 5B 1K King, Inland Boatmen Deckhand $57.48 5B 1K King Inland Boatmen Deckhand Engineer $58.81 5B 1K King Inland Boatmen Launch Operator $58.89 5B 1K King Jnland Boatmen Mate $57.31 5B 1K King Cleaner Operator, Foamer $31.49 1 Of Sewer B_ WatWSvsterns By Operator Remote Control King nSDeCti0n/C[eanjng/Sea1ina Grout Truck Operator $11.50 1 Of Sewer & Water Systems By Remote Control King t[Ls)2cction/CleFiriiiig/SeatitiE Head Operator $24.91 1 Of Sewef a Water systegls_wLiy Remote Control King jasAZt Acj SLi L/_C t e ig Technician __$19 33 Of Sewer Itat Sy. _y Remote _ .rr Control - WerS U? 15 AI . . ------- --- King Tv Truck Operator $20.45 1 Of r 8 Sewe . W ffaater Sy��t_ernls Ay Rer note----Control King mrs Journey Level $57.18 5D 4C King Ironworkers Journeyman $67.88 7N 10 King Laborers Air, Gas Or Electric Vibrating $46.57 7A 31 Screed 7A 7 King L_qb(_)rm Airtrac Drill Operator $48.02 7A 31 King Laborers Ballast Regular Machine $46.57 7A 31 King Laborers Batch Weighman $39.48 7A 31 King Laborers Brick Pavers $46.57 7A 31 King Laborers Brush Cutter $46.57 7A 31 King Laborers Brush Hog Feeder $48.02 7A 31 King Laborers Burner $46.57 7A 11 King Laborers Caisson Worker $48.02 7A 31 King Laborers Carpenter Tender $46.57 7A 31 King Laborers Caulker _$46.57 7A 31 King Laborers Cement Dumper-paving $47.44 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 King Laborers Chipping Cun(30 Lbs. And $47.44 7A 31 Over) King ILaborers Choker Setter $46.57 7A 31 httns://fortrpqq.wa.ciov/lni/wanpinf-)kiin/nrvWant-lo(-)kijn ;i-,ny 7/�1 /?nl R Page 4 of 18 King Laborers Chuck Tender $46.571 7A 31 King Laborers Clary Power Spreader $47.44 7A 31 King Laborers Clean-up Laborer $46.57 7A 31 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 r3l King Laborers Concrete Saw Operator/core $47.44 7ADrillerbang Laborers Crusher Feeder $39.48 7AKing Laborers Curing Laborer $46.57 7AKing Laborers Demolition: Wrecking Ft $46.57 7A Moving (inct. 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 (hydrau tic,diamond) King Laborers Dry Stack Walls $46.57�7A 31 King Laborers Dump Person $46.57 7A 31 King Laborers Epoxy Technician $46.57 7A 31 King Laborers Erosion Control Worker $46.57 7A 31 King Laborers Faller Et Bucker Chain Saw $47.44 7A 31 King Laborers Fine Graders $46.57 7A 31 King Laborers Firewatch $39.48 7A 31 King _ Laborers 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 E[ 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 31 (level A) King Laborers Hazardous Waste Worker $47.44 7A 31 (level B) King Laborers Hazardous Waste Worker $46.57 7A 31 (level C) King Laborers High Scaler $48.02 7A 31 King Laborers Jackhammer $47.44 7A 31 King Laborers Laserbeam Operator $47.44 7A 31 King Laborers Maintenance Person $46.57 7A 31 King Laborers Manhole Builder-mudman $47.44 7A 31 King Laborers Material Yard Person $46.57 7A 31 httDs://fortress.wa.aov/Ini/waaelookuo/i)rvWaaelookur).asi)x 7/31/2018 Page 5 of 18 King Laborers Motorman-dinky Locomotive $47.44 7A 31 King Laborers Nozzleman (concrete Pump, $47.44 7A 31 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete 8 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 $47.44 7A 31 King Laborers Pot Tender $46.57 7A 31 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 $46.57 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 King Laborers Stoper Sprayer $46.57 7A 31 King Laborers Spreader (concrete) $47.44 7A 31 King Laborers Stake Hopper $46.57 7A 31 ' g $46.57 7A 31 .Kin Laborers Stock Piler King Laborers Tamper Et Similar Electric, Air $47.44 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $47.44 7A 31 propelled) King Laborers Timber Person - Sewer $47.44 7A 31 (lagger, Shorer 3 Cribber) King Laborers Toolroom 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 $42.221 7A 31 8R King Laborers Truck Spotter $46.57 7A 31 King Laborers Tugger Operator $47.441 7A 31 hffna-//fnrtress_wa_nnv/Ini/wanalnnkiin/nrvWanPlnnkiinacnx 7/'�1 /,)nlR Page 6 of 18 King Laborers Tunnel Work-Compressed Air $92.60 7A 31 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $97.63 7A 31 8� Worker 30.01-44.00 psi -------- ------__ _ ._.. ......_.. ... - King Laborers Tunnel Work Compressed Air $101.31 7A 31 8� Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $107.01 7A 31 )„ Worker 54.01-60.00 psi }ling Laborers Tunnel Work-Compressed Air $109.13 7A 31 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $114.23 7A 31 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 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $120.13 7A 31 8S Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $48.12 7A 31 8 Tender King Laborers Tunnel Work-Miner $48.12 7A 31 8Q King La-borers Vibrator $47.44 7A 31 King Laborers Vinyl Seamer $46.571 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 Laborers - Underground Sewer General Laborer Et Topman $46.57 7A 31 ft Water King Laborers - Underground Seeder Pipe Layer $47.44 7A 31 Et Water King Lanlsc� e,Construc ioui Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King I :dnclscgt2e CQo.5!al.c0.2 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 (In Shop) Fitter $15.86 1 King Metal Fabri tion-{l11 `sno�al Laborer $11.50 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King h eta( Fabrication (IrjShop1 Painter $11.50 1 King Metal Fal ricationAu.Sl7ag), Welder $15.48 1 King Mittwrighk Journey Level $58.68 5D 4C King Mndutar Buildings Cabinet Assembly $11.56 1 King Modular Bul(dinr?s Electrician $11.56 1 King Modular Bwtciing! Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 httos://fortress.wa.00v/Ini/waaelookui)/r)rvWacielookUD.aSDX 7/31/2018 Page 78f18 King Modular Buildiriqs Production Worker $11.501.— F King ModutaiBmIdungs Too[ Maintenance $11.56 King Modutaf Buildings Utility Person $11.561 1 King Painters Journey Level $41.60 6Z 2B King Pile Driver Crew Tender $52.37 5D 4C King Pile Driver Hyperbaric Worker - $71.35 5D 4C Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $76.35 5D 4C Compressed Air Worker 30.01 44.00 PSI King Pile Driver Hyperbaric Worker - $80.35 5D 4C Compressed Air Worker 44.01 King Pile Driver Hyperbaric Worker - $85.35 F5D 4C Compressed Air Worker 54.01 King Pile Driver Hyperbaric Worker - $87.85 5D 4C Compressed Air Worker 60.01 King Pile Driver Hyperbaric Worker - -�92 85 5D 4C Compressed Air Worker 64.01 Compressed Air Worker 68.01 King Pile Driver Hyperbaric Worker - $96.85 SID 4C Compressed Air Worker 70.01 72.00 PSI King Pile Driver Hyperbaric Worker - $98.85 5D 4C Compressed Air Worker 72.01 King Pile Driver Journey Level $57.43 5D 4C King Plasterers Journey Level $54.89 7Q 1R King Ptayqround Et Park Equipment Journey Level $11.50 1 Installers King Power Eguipment Opgrators Asphalt Plant Operators $60.49 7A 3C 8P King Power-E-quipgjen�� Barrier Machine (zipper) $59.96 7A 3C 8P King Eowor.Eguipment P Batch Plant Operator, $59.96 7A 3C 8P Concrete King Power Equipment Opera tars Bobcat $56.90 7A X 8P King Power Equipment Operators Brokk - Remote Demolition $56.90 7A 3C 8P Equipment King 22y���Ej]L King Power Equipment 0[)erators Cableways $60.49 7A 3C King Power Equipment Operators Chipper $59.961 7A 3C 8P htfn�-//fnrtnenn-ova-nnv/|ni/ovaop|onk|/n/nrvVVanp|nnk/mavnx 7/'�1 /7O1R Page 8 of 18 King eq)ner Egurlarnc nt Operators Compressor $56.90 7A LC 8P King Power EqgjL)rqent. Concrete Pump: Truck Mount $60.49 7A X 8P With Boom Attachment Over 42 M ------------------ .................... King Power Eguipment Operators Concrete Finish Machine -laser $56.90 7A X 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $59.49 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Egumment Operators Concrete Pump: Truck Mount $59.96 7A 3C 8P With Boom Attachment Up To 42m King Power EqUipff)PutOperators Conveyors $59.49 7A LC _8P King Power UlukZment Operators Cranes Friction; 200 tons and $62,33 7A IC 11 over King Power Equipment Operator Cranes: 20 Tons Through 44 $59.96 7A 3C 8P Tons With Attachments King Power E gil mean Operalors Cranes: 100 Tons Through 199 $61.10 7A X 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power EgUiiprnent Operator Cranes: 200 tons- 299 tons, or-_$61.72 7A 3C 8P 250' of boom including jib with attachments F King Z 0—we L 19LI i 1IL,if L,LL Onerators Cranes: 300 tons and over or $62.33 7A X 8P 300' of boom including jib with attachments King [!m±(LI gui T'nen.t )p!rator.-s Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Under King Power Eauionnent Operators Cranes: Friction cranes $61.72 7A 3C 8P through 199 tons King Power Equipment Operators Cranes: Through 19 Tons With $59.49 7A 3C 8P Attachments A-f rame Over 10 Tons ...................... King Power Equipment Opetators Crusher $59.96 7A 3C 8P King Powet Equipment Operators Deck Engineer/deck Winches $59.96 7A 3C 8P (power) King Power` EA jj p ML-11 I_Q pLi! q f Is Derricks, On Building Work $60.49 7A X 8P King Power Equipment O erators Dozers D-9 Et Under $59.49 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $61.10 7A X 2 King Power Eguip ient Op gE a Elevator And Man-lift: $56.90 7A 3C 8P LoLs Permanent And Shaft Type King Power EgLjipqie t!L.qlLqfato[s. Finishing Machine, Bidwell $59.96 7A 3C 8P And Gamaco Et Similar Equipment King Power Equipment Operators 59.491 7A X 8P httDS://fortress.wa.aov/lni/waaelookUD/DrvWaaelookUD.aSDX 7/31/2018 Page 9 of 18 Forklift: 3000 Lbs And Over With Attachments King powro_trrrutamcnl:_Ooetntcres Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P With Attachments King L'gygcLLqj�i,pme nt O y L tora,sors Grade Engineer: Using Blue $59.96 7A 3C 8P Prints, Cut Sheets, Etc King Pcr velrmmK cg et7n eirot 0 e rat rr Gradechecker/stakeman $56.90 7A 3C SP King Power Eguipniegit, 0rroratlarl Guardrail Punch $59.96 7A 3C 8P King Power.Equigment Operators Hard Tail End Dump $60.49'' 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Ft Over King lPowerEauipment Operators Hard Tail End Dump $59.96 7A 3C 8P Articulating Off-road Equipment Under 45 Yards Kin; p nwet CW crt. OrLr rsnigrs Horizontal/directional Drill $59.49 7A 3C 8P Locator King Power LrI went 0peratoors Horizontal/directional Drill $59.96 7A X 8P Operator King Power_Equiornent, Operators Hydralifts/boom Trucks Over $59.49 7A 3C 8P 10 Tons King Power Eqp ment Operators Hydralifts/boom Trucks, 10 $56.90 7A 3C 8P Tons And Under King Power Ecjipment Operators Loader, Overhead 8 Yards. Et $61.10 7A 3C 8P Over King Power Equipment_Operators Loader, Overhead, 6 Yards. $60.49 7A 3C 8P But Not Including 8 Yards King powver-Equa3Zment.0perall_ors Loaders, Overhead Under 6 $59.96 7A 3C 8P Yards King iwawearuipm nt,0i>eiatcts Loaders, Plant Feed $59.961 7A 3C 8P King Rower E:' uip cnt_0�cratgis, Loaders: Elevating Type Belt $59.49 7A 3C 8P King Power Equipment 0iae a. ors Locomotives, All $59.96 7A 3C 8P King Power Egmprnr Opr�rators Material Transfer Device $59.96 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $61.10 7A 3C 8P $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $60.491 7A 3C 8P King Pawer _E_quipment Operators Mucking Machine, Mole, $60.49 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equilaojnern Operators Oil Distributors, Blower $56.90 7A 3C 8P Distribution 6: Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $59.49 7A 3C 8P Manlifts), Air Tuggers,strato King Power_Erluipment Operators Overhead, Bridge Type Crane: $59.96 7A 3C 8P 20 Tons Through 44 Tons King Power CI linment Operators Overhead, Bridge Type: 100 $61.10 7A X 8P Tons And Over King Power.EcLAipmel3t_pp_erators Overhead, Bridge Type: 45 $60.49 7A 3C 8P Tans Through 99 Tons King Power Equipment.Operators Pavement Breaker $56.90 7A 3C 8P httns://fnrtreSa.wa.nnv/Ini/wanpinnkiin/nrvWanpinnkiinacny 7/'31 /?n1R Page 10 of 18 King Equipment EqUioent Operators Pile Driver (other Than Crane $59.96 7A IC 8PI Mount) King 29 ..f Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P King Power Equipment Operators Posthote Digger, Mechanical $56.90 7A 3C 8P King ?gweLEg1,11 nt P jtq'�5 Power Plant $56.90 7A 3C 8P litiie-- _jj�'C — — — — King Power Equipment Operators; Pumps - Water $56.90 7A 3C 8P King PowecrEg _rrulp ipqOp- zjL_ _�er qt�s �Quad 9, Hd 41, D1 0 And Over $60.49 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $56.90 7A 3C 8P 100 Feet In Height Based To Boom —L King Power FouiDwent Operators Remote Control Operator On $60.49 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $56.90 7A 3C 8P King pmver_Equprni( 7A 3C 8P en t 0qe atoE Rigger/Signal Person, Bettman $59.49 L s (Certified) King Power Equipment QpeLLitor% Rollagon $60.49 7A 3C 8P KJng Plower Equipment Operator Roller, Other Than Plant Mix $56.90 7A 3C 8P —---------- ------ i a ------- King Power Equipment Opetors Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Materials King Ponder Equipment Opet ratqys Roto-mill, Roto-grinder $59.96 7A 3C 8P King Power_Lquj2njqA_OpxjLitors Saws - Concrete $59.49 7A 3C 8P ..................................................---------- ....... .............-.-................ . King Power Equipment Opei atoi s Scraper, Self Propelled Under $59.96 7A 3C BID 45 Yards King Power Equipment Scrapers - Concrete Et Carry $59.49 7A 3C 8P ......................................gatL��2L� All — King Power Equipment Opei atoi s Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Yards And Over King Power' Equipment Operators Service Engineers - Equipment $59.49 7A 3C 8P King Power Equipment Operators Shotcrete/guniLe Equipment $56.90 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $60.49, 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $59.96 7A X 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $61.10 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Over 90 Metric Tons King Power Equip ent OlLev Slipform Pavers $60.49 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $60.49 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $59.96 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 8P King Power Equipment Operate[' Tower Crane Up To 175' In $61.10 7A 3C SP Height Base To Boom v httDS://fortress.wa.aov/lni/wacelookUD/DrvWaaelookUD.asDx 7/31/2018 Page 11of18 King Powc^r Fgtiiar tt C_,)�Mtors Tower Crane: over 175' $61.72 7A 3C 8P through 250' in height, base to boom King (_gwr_r E�quigyment,.A erators Tower Cranes: over 250' in $62.33 7A 3C 8P height from base to boom King Powea"k clui rnt_Opr atc7a`4 Transporters, All Track Or $60.49 7A 3C 8P Truck Type King Power Lc ipirient_Opermtors_ Trenching Machines $59.49 7A 3C 8P King Rowe, _Equ7 r atLnLOjp ratcLi Truck Crane oiler/driver - 100 $59.96 7A 3C 8P Tons And Over King Power_Eguiltment Operators Truck Crane Oiler/driver $59.49 7A 3C 8P Under 100 Tons g $59.96 7A 3C 8P Kin Power Equipment Operators Truck Mount Portable _ Conveyor King Dower Equipment Operators Welder $60.49 7A— 3C SP King Power Ec0c m)ent OpeA atot s Wheel Tractors, Farman Type $56.90 7A 3C BP King Power EclOpm nt flPrr ai:ors Yo Yo Pay Dozer $59.96 7A 3C 8P King Power Eoui 3or ORei ators- Asphalt Plant Operators $60.49 7A 3C 8P Undergro¢arrd Sewer Ft — King Power Equipment Operators- Assistant Engineer $56.90 7A 3C 8l" Underground Sewer It Water — — King Power E urpment Operators- Barrier Machine(zipper) $59.96 7A 3C 8P Underr. r Fa Water King Power E.I met 07e�faV:crrs- Batch Plant Operator, $59..96 Imo _.!__ —.. P 59.96 7A 3C 8P Underground Sewer E Water Concrete .King Prawn,r_Ecsurgirnerrt.Osacrators- Bobcat $56.90 7A 3C 8P Underground Sewer Ft Water — — King PmweAr Ecui rmTent: Operators: Brokk - Remote Demolition $56.90 7A 3C SP Unc#emgrotrnd Sewer t¢ Water Equipment King Pnwer:_E<tctit2i ien CJtBe#°_atgr;am, Brooms $56.90 7A 3C 8P Underground Sewer t Water King Power Equrpment_Operators- Bump Cutter . $59.96 7A 3C 8P Underaround Sewer Ft Water King Power GEc rLCipmerrt 0 ai rs- Cableways $60.49 7A 3C 8P Underaround Sewer Ft Water King Power E 01 mesa J1�,eq;r,Carmsmr Chipper $59.96 7A 3C 8P Underaround Sewer 8 Water King P Lme_L_l gu7 rneretppu.*rotors Compressor $56.90 7A 3C SP Underground Sewer tt Water — King RoweeILEcruiprreci^rtOra ralorss- Concrete Pump: Truck Mount $60.49 7A 3C 8P Urm¢lernpmourrd SeVvrr Et Watemr With Boom Attachment Over 42 M King Power'EtiAnsrrnelyt0lrerators- Concrete Finish Machine -laser $56.90 7A 3C 8P Underaround Sewer tt Water Screed — —-- — King Power FcouApmPrLO i ators- Concrete Pump - Mounted Or $59.49 7A 3C 8P Underground Sewer a Water Trailer High Pressure Line — — Pump, Pump High Pressure. King Povaer Etruiprnent OpeAatorsm Concrete Pump: Truck Mount $59.96 7A 3C, 8P Underground_Sewer a Water With Boom Attachment Up To 42 m King Conveyors _ $59.49 7A 3C 8P httos://fortress.wa-aov/lni/wanelookiin/nrvWanpInokun_asnx 7/'�1 /7f11 R Page 12 of 18 Power Ecluigkrt�elati. Ogati,atnr5a Underground Sewer Et Water _ King Power Equipment,nQ)eii;ators- Cranes Friction: 200 tons and $62.33 7A 3C 8P Undergro ind Sewer Et Water over — — — Kiung Power Equipment. Operators Cranes: 20 Tons Through 44 $59.96 7A 3C 8P Underground Sewer Ft Water Tons With Attachments King Powcr_G_qurr�mcr7t_Orsaratar's: Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Underg'm) nd Sewer F, Water' Tons, or 150' Of Boom (Including Jib With Attachments) King Ctowcr Equipment Operators- Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P Underground Sewer Ft W<nter 250' of boom including jib with attachments King Power E.quiornent Operators Cranes: 300 tons and over or $62.33 7A 3C 8P Underground Sewer a Water 300' of boom including jib with attachments King Power ECILORaent, Operators- Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Undeseround Sewer Ft Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power" Equipment Operators- Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Underground Sewer Et Water Under King Cowc°rmCmquiJ2r aGrt_bpeTaP,c�rsm, Cranes: Friction cranes $61.72 7A 3C 8P tlurJcMaroniroal Sewc r Ft W<'atcr through 199 tons King Power Equipment Ope?aators- Cranes: Through 19 Tons With $59.49 7A 3C 8P Ud ic9 nd Sr wkwi a Water Attachments A-frame Over 10 Tons King Power Eauioment Operators- Crusher $59.96 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Deck Engineer/deck Winches $59.96 7A 3C 8P Underground Sewer Et Water (power) King Power E.quipmeont_Operators- Derricks, On Building Work S60.49 7A 3C 8P Underground Sewer Et Water King P wc7CgEubi ment„tDtacoatgrs,-, Dozers D-9 Ft Under $59.49 7A 3C 8P Undei round Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Underground Sewer Et Water Or Crane Mount King Power Equiprneo7t Opeoatiars Drilling Machine $61.10 7A 3C 8P .Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $56.90 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment i�rt Operators Finishing Machine, Bidwell $59.96 7A 3C 8P Underground Sewer Et Water And Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $59.49 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operator's- Forklifts: Under 3000 Lbs„ $56.90 7A 3C 8P Underpround Sewer Et Water With Attachments King Paw_erEguipment Operators_ Grade Engineer: Using Blue $59.96 7A 3C 8P Under-round Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P Underground Sewer Et Water httDs://fortress.wa.00v/nni/waQelookt,uo/DrvWaaelookuo.asDx 7/31/2018 Page 13 of 18 King Power E(UuWrnent 0 Guardrail Punch $59.96 7A 3C L 8P Ln L.ellLoL�r1d_Sewer a Water ............. ................ .. ...... King Pewee E,q1t j i prr!�LA_QpS­,La t q rs, Hard Tail End Dump $60.49 7A 3C 8P .Underground Sewer R Water Articulating Off- Road Equipment 45 Yards. Et Over King 1?rwcr.D, u i pmL�Li_t Qllqr a t o i s- Hard Tail End Dump _$59.96 7A 3C 8P Underei'QUnd Sewer-a Water Articulating Off-road Equipment Under 45 Yards King Power E ui muitop,cratgrs-, Horizontal/directional Drill ;151,49 7A 3C 8P Underground Sewer & Water Locator W, 59 King 22w!jr F�juipment Operators- Horizontal/directional Drill $59.96 7A 3C 8P !LtAicerg:iound Sewer a Water Operator King [Lgjenr_Qp .rafor5- Hydratifts/boom Trucks Over $59.49 7A 3C 8P Under ground Sewer & Water 10 Tons King Operators- Hydra[ifts/boom Trucks, 10 $56.90 7A 3C 8P LIndelPLpqnd Sewer Et Water Tons And Under King P2wPinhq!J.pI p : Loader, Overhead 8 Yards. Et $61.10 7A 3C 8P !hider round Se wet [t Water Over King Power`EgAu nieLAO alors- Loader, Overhead, 6 Yards. $60.49 7A 3C 8P �Sje — — — LhIcliergaound Sewer It Water But Not Including 8 Yards King L)ower [_qujiernent Oj ILitg Loaders, Overhead Under 6 $59.96 7A 3C 8P Underground Sewer a Water Yards King Power_E iip nt Operators- Loaders, Plant Feed $59.96 7A 3C 8P Underground.Sewer ft Water King Power Eauiornent Operators- Loaders: Elevating Type Bell $59.49 7A 3C 8P Underground Sewer b. Water King Power Equi[pnient Operators- Locomotives, All $59.96 7A 3C 8P jj,nder?.round Sewer ft Water ..............____-4 King Power-Equipment Ooerators- Material Transfer Device $59.96 7A 3C 8P Underground Sewer a Walter King L fLo�A L!�)Power Erit iLitnj Operators- Mechanics, All (leadmen - $61.10 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $60.49 7A 3C 8P .Underprmind Sewer ft WaLer King Power Equipment Operators- Mucking Machine, Mote, $60.49 7A 3C 8P Underground Sewer'_FiWa_te­r Tunnel Drill, Boring, Road Header And/or Shield King Power EgUiPinent Operators. Oil Distributors, Blower $56.90 7A 3C 8P Underground Sewor ft Wator Distribution Et Mulch Seeding Operator King j Eq��eLEc qjpLne a:_qLQ.p Outside Hoists (elevators And $59.49 7A LC SP !,LindeiliLc�und Sewed & Water Mantifts), Air Tuggers,strato King Power EjLjdRrncrjL QLxzLatoq-_ Overhead, Bridge Type Crane: $59.96 7A 3C 8P Underground Sewer & Water 20 Tons Through 44 Tons King Power Equipment Operators-_ Overhead, Bridge Type: 100 $61.10 7A 3C 8P ULider.LqU!jd Sewer & Water Tons And Over King Power Equipment Operators-, Overhead, Bridge Type: 45 $60.49 7A 3C 8P tLilLer.gr9LUTId_SfwLr Et Writer Tons Through 99 Tons King Power EqUiDment Operators- Pavement Breaker $56.90 7A 3C 8P Underpround Sewer Vi Water I King __$59.96 7A 3C 8P httnq-//fnrtrp.-.c;-wa-nnv/lni/w;7inpinnkiin/nrvWRnplr)okiin aqny 7/41 /?nl R Page 14 of 18 L(2wer !L(Iui)nnenrl Operatois. lPile Driver (other Than Crane ft..Water, 'Mount) King LPA-LerdLLqfs- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P LJr 1(je¢P Lound Sewer- El Water King Power EQuipirnent Operators- Posthole Digger, Mechanical $56.90 7A 3C 8P Unden),round Sewer a Water King Power - Power Plant $56.90 7A 3C 8P Underground Sewer a Water King Power EcLA[)nlent Operators- Pumps - Water $56.90 7A 3C 8P Un ler i ound Sewer & Water King Power Equipment Opr_e 3tors- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P _ Undel-grOUnd Sewer it, Water King ppV2,r r(ui ien - 0 rator's- Quick Tower - No Cab, Under $56.90 7A 3C 8P Underground Sewer & Water, 100 Feet In Height Based To Boom King Power-Equipment Operators- Remote Control Operator On $60.49 7A 3C 8P Underground Sewer a, Water Rubber Tired Earth Moving Equipment King Lowel_[ggjp.L rieg t LgtgL, - Rigger And Beltman $56.90 7A 3C 8P Q2e Ili�idergL(!Urid-.S.e.wer 1, Water King L)qwg[Eggjpnjeiit Ope atvrs Rigger/Signal Person, Beltman $59.49 7A 3C 8P tLnLeCgLpun(f'Sewer Ft Water (Certified) King Power Equipment Operators- Roltagon P$60.49 7A 3C 8P Underground Sewer a: Water King PowerUluiprriern 0 erators- Roller, Other Than Plant Mix $56.90 7A 3C 8P tCl)_ — — — Underground Sewer ft Water King Power F $ 9 gg Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P LLi id rp round Sewer" & Water Materials King ...... mmm King Power E�LL!I rLM e I�j 2�,j a jq Roto-mil[, Roto-grinder $59.96 7A 3C 8P Underground e I — — ,roui�cl Sewer &Water King Power, Equipment Operators- Saws - Concrete $59.49 7A 3C 8P Underground Sewer Et Water Se King Power Equipment Operators- Scraper, Self Propelled Under $59.96 7A 3C 8P Underground Sewer ft Water 45 Yards King _Rawer Equip Scrapers - Concrete Et Carry $59.49 7A 3C 8P UnderRround Sewer 1 Water All King Power Equipment Operators-s- Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Underground Sewer & Water Yards And Over King PowerUL ti pmemt Oporators_ Service Engineers - Equipment $59.49 7A 3C 8P Underground Sewer to Water King tQ[s-_ Shotcrete/gunite Equipment $56.90 7A 3C 8P Ft Water King jPoy�ei E uii rnertOi)i Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Underground Sewer 1 Watc r Tractors Under 15 Metric Tons. King Power Equip-neriL Operators- Shovel, Excavator, Backhoe: $60.49 7A 3C 8P Underwound Sewer ft Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Undergor-OUnd Sewer, Et Water Tractors: 15 To 30 Metric Tons King Power EgLujpjneni, Operators- $61.10 7A 3C 8P _ — — — Underground Sewer a Water httDS://fortress.wa.aov/1ni/waaelooku[)/DrvWaaelookUD.asr)x 7/31/2018 Page 15 of 18 Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons King Pevwer.Egta �7enaerrrtwrs- Shovel, Excavator, Backhoes: $61.72 7A 3C 8P U�derground Sewer & Water Over 90 Metric Tons King Powers( 1ent,.4 ?ciattr,ris.e Slipform Pavers $60.49 7A 3C 8P Urrdrars.;l;oundSewtr G Water � — King Power quipament..Opgrators• Spreader, Topsider Et $60.49 7A 3C 8P Underground Sewer fi Water Screedman King Power R Lli}Merot 0[7eraltrrs•, Subgrader Trimmer $59.96 7A 3C 8P Unde rn.rouno Sewer Et Water King Powelltrent Cwuralcabs•, Tower Bucket Elevators $59.49 7A 3C 8P Under r} tra,d S wgr It Waiter King Power [cprrp ��rent Ouer'ators- Tower Crane Up To 175' In $61.10 7A 3C 8P tlJnderaround'tQ er_th Watg[ Height Base To Boom King Power-8qui rr1�cnt Operators Tower Crane: over 175' $61.72 7A 3C 8P lJr�elcrr,eound Scwcr Ft,W7tr,r through 250' in height, base to boom King Powei hf7uc,Menl,Operators_- Tower Cranes: over 250' in $62.33 7A 3C �8P Underground Sewer Et Water height from base to boom - - -- King Power Lc uippment Operators- Transporters, All Track Or $60.49 7A 3C 8P Underground Sewer a Water Truck Type King Power EgUioment Operators- Trenching Machines $59.49 7A 3C 8P Underground Sewer Et Water - - King Powcr,_Eotuiowent: Operators- Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P Underground ground Sewer Et Water Tons And Over King Powver_Gclutpmerrt Operators- 'Truck Crane Oiler/driver $59.49 7A 3C 8P L1t,7 C rpi 1r rrd Sewer Ft Water Under 100 Tons Kin; Power Equtprnon_t Operators• Truck Mount Portable $59.961 7A 3C 8P, Underground Sewer £t Water Conveyor King Powee E<tor inent CD eu atc rs• Welder $60.49 7A 3C 8P Under round Sewer Et Water King Prawer E:cUufirarnent Operators® Wheel Tractors, Farman Type $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P Underground Sewer & Water "King Power Line Clearance Tree Journey Level In Charge $50.02 5A 4A Trimmers King Power Line C€earance Tree Spray Person $47.43 SA 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator 1 $50.02 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $44.64 5A 4A Trimmers _... _ — — King Power Line Clearance Tree Tree Trimmer Groundperson $33.67 5A 4A Trimmers — King Refrrggration It Air Journey Level $77.86 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $55.82 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residentral Cement Masons Journey Level $22.64 1 httns://fortress.wa.cinv/lni/wanpInnkiin/nrvWanelnnki rn-acnx 7/'31 /7f11 R Page 16 of 18 King Residential Dr'yvvatt Journey Level $42.86 5D 4C ApJ�ha_ators _ King Residential Dr wall Ta ers Journey Level $57.43 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 Apgtlicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 15ip-q ittprs. King Residential Refrieiation_& Air Journey Level $77.86 6Z 1G ConcBiti rosin Mecltanirs King Residential Sheet Metal Journey Level (Field or Shop) $44.56 7F 1R Workers King Residential Soft Flour layers Journey Level $47.61 5A 3J King Rcsidcrrt:r<rG�rarprlaler F[tte*rs, Journey Level $46.58 SC 2R .(Fire_Protect on.) King Residential Stone Masons Journey Level $55.821 5A 1M King Residential Terrazzo Workers Journey Level $51.36 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers Kiang Residential Tile Setters Journey Level $20.00 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 Shipbuilding & S(iip Ref)a!r Boilermaker $43.31 7M 1H King Shipbuilding Et Ship Repair Carpenter $41.06 7T 2B King Shipbuilding Et Ship Re ny-air Electrician $42.07 7T 4B King Slbujl dan_q_4 )ip ip tep-dE Heat & Frost Insulator $67.93 5J 4H King Shipbuilding & Ship Repair Laborer $41.99 7T 4B King Shapbuilding,p Ship Repair_Machinist $42.00 7T 4B King Sltapl7ur`tdang Et Sfjmip ftelair" Operator $41.95 7T 4B __.._ mm King Shjpbuitda as C� i $hij? Reaaair Painter $42.00 7T 4B King Shiphu,lgans Et 51tipRcpairc Pipefitter $41.96 7T 4B King 5ht bttitclur It pLpaic Rigger $42.05 7T 4B King Shipbtpitding & Ship Repair Sheet Metal $41.98 7T 4B King Shipbuilding & Ship Repair Shipfitter $42.05 7T 4B King Shipbuilding Et Ship Repaatr Trucker $41.91 7T 4B King 5hrpl)trilchne Et !hI kcj?m k Warehouse $41.94 7T 4B King Shipbuitcling a Ship Repair Welder/Burner $42.05 7T 4B King Sien Makers & Installers Sign Installer $22.92 1 iFtectric:au King Sign Makers It Installers Sign Maker $21.36 1 (Etectrica[1, httns://fortress.wa.aov/Ini/waaelookuo/orvWaaelookun.asnx 7/31/2018 Page 17 of 18 King ISif n Ma-kers r Installers Non- Sign Installer $27.28 1 Electrical) t King 5igi N2 leers ti Itastallnrs (q c rrm„ Sign Maker $33.25' 1 rlxcCric:aij, - King Soft B� ) rIUutls Journey Level $47.61 5A 3J King Solar Controls For Windows Journey Level $12.44 1 King SRrinkler Fitters (FireJourney Level $75.64 5C 1X F rcrkeCicrr� Kin Staee Rigai ..._.._............. g _ _ne Me_r-hanks (Nun Journey Level $13.23 1 Struc¢.ul King Stone MasonsJourney Level $55.82 5A 1M King Street And Parldng Lot Journey Level � $19.09 1 Sweeper Woike�s King SULY-y rs Assistant Construction Site $59.49 7A 3C 8P Surveyor King Scrrvpywlss Chainman $58.93 7A 3C 8P King Sure Wri Construction Site Surveyor $60.49 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $40.52 5A 2B Outside King Telephone Lne_Construction - Hole Digger/Ground Person $22.78 5A 2B Outside King felcl2 rnr lrnuw-CnnsVuuctoon - Installer (Repairer) $38.87 5A 2B Outside King "I-ete Pr _Line Construction - Special Aparatus Installer 1 $40.52 SA 2B Outside King 1eGc5yt)one Line_Construction - Special Apparatus Installer II $39.73 5A 2B . ....... .... ......_ King Telephpne Line Construction - Telephone Equipment $40.52 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $37.74 5A 2B Outside Operator (Light) King Telmh9ne Li as-C nst.rl,>ct;rra7.. Telephone Lineperson $37.74 5A 2B Outside King f etephone L e Construct on -, Television Groundperson $21.60 5A 2B Outside King Telephone,Line Construction - Television $28.68 5A 2B Outside _ Lineperson/Installer King Teelle honey Line Constrtrctlon - Television System Technician $34,10 5A 2B Outside — King Tulephone Lino Construction - Television Technician $30.69 5A 2B Outside — King Telephone Line Construction - Tree Trimmer $37.74 5A 2B Outside — — King Terrazzo Workers Journey Level $51.36 5A 1M King Tile Setters Journey Level $51.36 5A 1M King Tile, Marble ft Terra7o Finisher $42.19 5A 1B Finishers King Trafffc-Contr9l5tri)2rmE- Journey Level $45.43 7A 1K httnSt//fnrtrPss.wa.nov/Ini/wanelnnkirn/nrvWanpinnkirnacnX 7/';1 /7f11R Page 18 of 18 King Truck Drivers Asphalt Mix Over 16 Yards (W. $52.70 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W, $51.86 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $52.70 5D 3A 8L King Truck..DriversDump 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 ITransit Mixer $43.23 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 _ Installers King Well Drillers & Irrigation Pump Oiler 112.97 1 nstallers King WeU Drillers Ei Irrigation Pump Well Driller $18.00 1 Installers httn-://fortress.wa.aov/lni/waaelookuD/DrvWaaelookuD.asox 7/31/2018 Benefit Code Key— Effective 3/3/2018 thru 8/30/2018 #+�kWWWt�K=k=ktill=:k:k:k:k*N:N:N:N:N:N:�N:�WW�rtt4F4��N;Ml4RM�N;t�1�;kN<i;kk*#k:k:KN:t�:k:kA:kiY:kmmm:YWffiW����4MWW���N;������NN;�##�##:K=k N:N:w Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2)hours after eight(8) regular hours Monday through Friday and the first ten(10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D, The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The fast two (2) hours after eight(8) regular hours Monday through Friday and the first ten (10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three tines the hourly rate of wage. G. The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four- ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two(2) hours after eight(8) regular hours Monday through Friday and the first ten (10)hours on Saturday shall be paid 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 times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I Benefit Code Key— Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued L 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 tines 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 al one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer))shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be.paid at double the hourly rate of wage, Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight(8)horns 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 Al 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 rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten- hour weekly schedule,either Monday that Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED FN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight(8)hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C. Work performed in excess of eight(8)hours of straight time per day, or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage.After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 3 Benefit Code Key—Effective 3/3/2018 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. E All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(I-1/2)times the regular rate of pay. 1. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week (Monday through Friday,) or a four day-ten hour work week(Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when aholiday 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. I. All hours worked between the hours of 10:00 put 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 00) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2)hours of overtime after ten(10) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday, the first twelve(12) hours of work shall be paid at one and one half(1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten(10)hours on Saturday may be worked at the straight time rate of pay.All hours worked over twelve(12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key—Effective 3/3/2018 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 ofwage. All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary fimetion is to feed a distribution system, will be paid overtime under the following rates: The first two(2)hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten(10)hours will be at two(2)times the hourly rate of wage. The first eight(8) hours worked on Saturday will be paid at one and one-half(1-1/2)times the hourly rate of wage. All hours worked in excess of eight(8)hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thin 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'/12)times the regular shift rate for the fast 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. Q 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 he paid at double the hourly rate of wage. H. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after 'thanksgiving Day, the day before Christmas, and Christmas Day(8). C. Holidays: New Year's Day,Presidents'Day,Memorial Day,Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). 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 Satarday 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). 1. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas, And Christmas Day(9), L. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving- Day, Friday after Thanksgiving Day,And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day. Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9), P. Holidays:New Year's Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, hrdependence 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 Years 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 Fnday 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). C. 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 (I1). 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 Dag Christmas Day,The Day After Christmas,And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,And Christmas Day(7). 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. Iolidays: 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 oil the preceding Friday. C. Holidays:New Year's Day, Martin Luther King Jr. Day, Manorial 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 aholiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day,Independence Day, Labor Day,Veteran's Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as aholiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day, Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 Benefit Cade Key—Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 7. 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. 1 Holidays: New Year's Day, Independence Day,Memorial Day,Labor Day,Thanksgiving Day and Christmas Day(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, Arid Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day,And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day,the Day after Chrishnas,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 (.odes 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 August31,2012—ATrafficControlSupervisorshallbepresentontheInojectwheneverflaggingorspotting 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 constriction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.These classifications are only effective on or after August 31,2012, S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012, 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 3. U. Workers on lrazmat projects receive additional hourly premiums as follows—Class A Suit: $2.00,Class B Suit: $1.50, And Class C Suit: $1,00. Workers pcifonning 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 are 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 101'to 150'-$3.00 per foot for each fool over 101 feel..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/Croundmen rates would apply to meters not fitting this description. 10 lom W' w•'m ',n N @ I ^ :. Mx"ol YI w AA `�. I,A« I". • � ""al Iw � IW: �4 Wm N ws p 'e m v ax IW ar.� -a Mill Im•aA IIm wolatTAVA w r d Illlnn �� �. Wm NTT Agenda Item: Bids - 10A W cw Niryrrtw TO: City Council DATE: August 21, 2018 SUBJECT: South 22811 Street Union Pacific Railroad Underground Utilities Project Bid - Award MOTION: Award the South 2281h St. Union Pacific Railroad Underground Utilities Project to Road Construction Northwest, Inc. in the amount of $1,923,246.25 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This project consists of sliplining an existing 72" storm pipe with 60" high- density polyethylene pipe, open trench storm sewer replacement, excavation and installation of conduits and vaults for a joint utility trench from 761h Ave. S. to the Union Pacific Railroad, and surface restoration. The bid opening for the S. 2281t' St. Union Pacific Railroad Underground Utilities was held on August 15, 2018 with four bids received. All were responsive. The lowest responsible and responsive bid was submitted by Road Construction Northwest, Inc. in the amount of $1,923,246.25. Bid Tate Summary 01. Road Construction Northwest, Inc, $1,923,246.25 02. Scarsella Bros., Inc. $2,248,306.50 03. TITAN Earthwork LLC $2,249,647.50 04. James W. Fowler Co. $2,550,122.00 Engineer's Estimate $1,649,415.00 EXHIBITS: South 228th Street Union Pacific Railroad Underground Utilities bid tabulation RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: This project is funded by agreements with utility companies for reimbursement and budgeted funds in the storm drainage utility.