Loading...
HomeMy WebLinkAboutCAG2019-416 - Original - Rodarte Construction, Inc. - Willis St & 4th Ave S Roundabout Joint Utility Trench - 09/16/2019 Agreement Routing Form KEN T For Approvals,Signatures and Records Management WASHINGTON This form combines&replaces the Request for Mayor's Signature and Contract Corer Sheet forms. (Print on pink or cherry colored paper) Originator. Nancy for Thomas Leyrer Department: Public Works Date Sent: 9/12/19 Date Required: 9/19/19 a :0 Authorized ❑ Director or Designee Date of c 9/3/19 Q, to Sign: Council QMayor Approval: Budget R90112 Grant? 11 Yes ❑✓ No Account Number: Type: N/A Vendor or Name: Rodarte Construction, Inc. Cate g y: Contract c Vendor 41334 Sub-Category o Number: o Project E Name: Willis Street and Fourth Avenue South Roundabout Joint Utility Trench L O c Project Excavation and installation of conduits and vaults for a joint utility trench. ,4 Details: c 0 Agreement Basis for E g $544 232.98 y Amount: Selection of Bid as Contractor: a Start Date: Mayor's signature Termination Date: 20 Working days Notice required prior to Yes No Contract Number: C 46—o2( l [//( disclosure? Date Rec ' it Attorney. Comments: 01 c0 KENT L i/ o� Date Routed to the Mayor's Office: • Nf y 2 Date Routed to the City Clerk's Office: A d Date Sent to Originator: City of Kent Office of the Mayor Visit Documents.KentWA.gov to obtain copies of all agreements adccW22373_6_19 • KEN T WASH 1 N G T O N DATE: September 3, 2019 TO: Kent City Council SUBJECT: Willis Street and Fourth Avenue South Roundabout Joint Utility Trench Project Bid - Award MOTION: Award the Willis Street and Fourth Avenue South Roundabout Joint Utility Trench Project Bid to Rodarte Construction, Inc., in the amount of $544,232.98 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 constructing a joint utility trench to underground existing overhead power and communication utilities that conflict with the proposed Willis Street and Fourth Avenue South roundabout. To reduce potential scheduling issues with utility relocation, this work will be completed in advance of the roundabout. The bid opening was held on August 27, 2019 with nine bids received. The lowest responsible and responsive bid was submitted by Rodarte Construction, Inc. in the amount of $544,232.98. Bid Tab Summary 01. Rodarte Construction, Inc. $544,232.98 02. SCI Infrastructure, LLC $568,312.25 03. Northwest Cascade, Inc. $594,049.50 04. Reed Trucking & Excavating, Inc. $611,384.40 05. Road Construction Northwest, Inc. $641,894.11 06. KC Equipment LLC $660,852.50 07. Scarsella Bros., Inc. $677,636.96 08. Mid Mountain Contractors Inc. $768,370.90 09. Laser Underground & Earthworks $928,246.00 Engineer's Estimate $702,234.50 BUDGET IMPACT: This project is funded through the State's 2018 Supplemental Transportation Budget. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure ATTACHMENTS: 1. Willis Street and Fourth Avenue South Roundabout Joint Utility Trench Project Bid Tabulation (PDF) CITY OF KENT KING COUNTY, WASH I NGTON KENT SPEC I AL PROV I S I ONS FOR Willis St. & 4t" Ave. S . Roundabout Joint Utility Trench Project Number: 18-3020 B I DS ACCEPTED UNT I L BID OPENING August 27, 2019 August 27, 2019 10:45 A.M. 11 :00 A.M. DELIVER TO C I TY OF KENT, C I TY HALL 220 4th Avenue S., Kent, WA 98032-5895 T I MOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR • KENT WAS HI NGTON INDEX Section 1 Bidder's Package Section 2 Payment and Performance Bond and Contract Section 3 Table of Contents Section 4 Kent Special Provisions Section 5 Kent Standard Plans Section 6 WSDOT Standard Plans Section 7 PSE Plans Section 8 Comcast Plans Section 9 Traffic Control Plans Section 10 Permits Section 11 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Willis St. & 4 t" Ave. S. Roundabout Joint Utility Trench Project Number: 18-3020 BIDS ACCEPTED UNTIL BID OPENING August 27, 2019 August 27, 2019 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR ,s LE1, ° of WAS KENT - ~ 2 W A S H I N G T O N 51094 tST � �SSIONAL E��l g/ �19 BIDDER'S NAME Rodarte Construction, Inc. CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Willis St. & 4t" Ave. S. Roundabout Joint Utility Trench Project Number: 18-3020 BIDS ACCEPTED UNTIL BID OPENING August 27, 2019 August 27, 2019 10:45 A.M. 11 :00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR IN 4^4�� KENT WASH IN G T O 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 Statement that Bidder Has Not Been Disqualified 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 ORDER OF CONTENTS CONTINUED PSE Plans Comcast Plans Traffic Control Plans Permits Prevailing Wages 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 27, 2019 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: Willis St. and 4th Ave. S. Roundabout Joint Utility Trench Project Number: 18-3020 The project consists of approximately 1,500 LF of excavation and installation of conduits and vaults for a joint utility trench, and surface restoration. The Engineer's estimated range for this project is approximately $600,000 to $700,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Thomas Leyrer at 253-856- 5562. 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 also be downloaded at no charge at Kent'1/U'A.gov/doing- business/bids-procurement. Copies of the WSDOT Standard Specifications are available for perusal only. Apprentice Utilization Requirements are mandatory for all public works estimated to cost one million dollars or more, in which case no less than 15% of the labor hours must be performed by apprentices. KCC 6.01.030, 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. r Dated this 12' day of August, 2019. t o BY: U .. Kimberley A. i omoto, City Cler Published in Daily Journal of Commerce on August 13 and 20, 2019. CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date < This statement relates to a proposed contract with the City of Kent named Willis St. & 4th Ave. S. Roundabout Joint Utility Trench Project Number: 18-3020 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. Rodarte Construction,Inc. NAME OF BIDDER BY: SIG NATURE/TITL F aSt Va l 1 cu H� 13 w A G b U a a ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Willis &41h Roundabout Joint Utility Trench/Leyrer 1 August 12, 2019 Project Number: 18-3020 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: T��1� For: RoBarte Construction, Inc. Title: 0 CnA— Date: ��,y�Cv� - 1�0 �CI Willis &4th Roundabout Joint Utility Trench/Leyrer 2 August 12, 2019 Project Number: 18-3020 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. Willis &4th Roundabout Joint Utility Trench/Leyrer 3 August 12, 2019 Project Number: 18-3020 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 Rodarte Construction, Inc. Company, hereby acknowledge and declare that the before- mentioned company was the prime contractor for the contract known as Willis St. & 4th Ave. S. Roundabout Joint Utility Trench/Project Number: 18-3020 that was entered into on the (Date)j�,i.t �-)1 = l , :,� 1 , 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: Rodarte Construction, Inc. Title: Date: �l � �— �� , -a o I CI Willis &4th Roundabout Joint Utility Trench/Leyrer 4 August 12, 2019 Project Number: 18-3020 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Rodarte Construction, 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 Willis St. & 4th Ave. S. Roundabout Joint Utility Trench/Project Number: 18-3020 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. Willis &4`h Roundabout Joint Utility Trench/Leyrer 5 August 12, 2019 Project Number: 18-3020 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ i0)oOD-Do $ 1D,Upo Qo WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearingand Grubbing $ 1Xb . DD $ �a.0� i)� WSDOT LUMP SUM Pel' LS 1008 1-07.15(i) 1 SPCC Plan $ 1 . 00 $ KSP LUMP SUM Per LS 1010 2-02.5 775 Remove Existing Asphalt $ KSP SQ YDS Concrete Pavement Per SY 1015 2-02.5 300 Remove Existing Cement $ 17b• DE) $ ��D KSP SQ YDS Concrete Pavement Per SY 1020 2-02.5 10 Remove Cement Concrete $aj�,60 $asp , p� KSP SQ YDS Sidewalk Per SY 1025 2-02.5 20 Remove Cement Concrete $ i5.o0 $ �, bU KSP LN FT Curb and Gutter Per LF 1050 2-02.5 2,820 Saw Cut Existing Asphalt $ 3.a� $ �1 il�S ol7 KSP LN FT Concrete Pavement Per LF 1055 2-02.5 1,275 Saw Cut Existing Cement $ 13 $ Lc -�S KSP LN FT Concrete Pavement Per LF 1060 2-03.5 600 Roadway Excavation Incl. $ 4a-to $ DL5) WSDOT CU YDS Haul .Per CY Willis&4th Roundabout Joint Utility Trench/Leyrer 6 August 12, 2019 Project Number: 18-3020 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1065 2-03.5 60 Unsuitable Foundation $ 50.Dn $ Coo ,co WSDOT CU YDS Excavation Incl. Haul Per CY 1070 4-04.5 20 Foundation Material, Class I $ 51 .v0 $ KSP TONS and II Per TON 1095 5-04.5 220 HMA Class 1/2", PG 58V-22 $ a")S.00 $ �Db"Ga' 00 KSP TONS Per TON 1100 5-04.5 60 Hot Plant Mix for Temporary $ 1%.60 $ q,0w,ul�) KSP TONS Pavement Patch Per TON 1145 8-14.5 10 Cement Concrete Sidewalk $ D.1s.00 $ a 15-D ,vu KSP SQ YDS Per SY 1205 8-04.5 20 Cement Concrete Curb and $ 140 ,po $ d, � , btu KSP LN FT Gutter Per LF 1315 8-28.5 10 Pothole Utilities $ I,®00 ,po $ KSP EACH Per EA 1355 1-04.4(1) 1 Minor Changes $20,000* $20,000 WSDOT CALC Per CALC *Common price to all bidders Schedule I Total $ III. 159 15 1�415 10% WA State Sales Tax $_�� -115 Schedule I Total $ Willis &4th Roundabout Joint Utility Trench/Leyrer 7 August 12, 2019 Project Number: 18-3020 SCHEDULE III - JOINT UTILITY TRENCH ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3010 8-32.5 800 Joint Utility Trench $ 10 .00 $ !3L' O0D -ao KSP LN FT (3 Ft. Wide) Per LF 3014 8-32.5 700 Joint Utility Trench $ '6G•OD $,�y p �� KSP LN FT (2 Ft. Wide) Per LF 3027 8-32.5 1 PSE - Vault Excavation and $S)5Da,&D $ 5,�a ,�� KSP EACH Installation (SW1) Per EA 3028 8-32.5 2 PSE - Vault Excavation and $ 3,600 .66 $ k�p'wa, rib KSP EACH Installation (301, 102) Per EA 3029 8-32.5 3 PSE - Vault Excavation and $ 1,Z-Db�c» $ KSP EACH Installation (HO1, H02, H03) Per EA 3030 8-32.5 1 PSE - Vault Excavation and $ 111w-DD $ KSP EACH Installation (V02) Per EA 3035 8-32.5 1 Comcast - Vault Excavation $ i 1tb •tip $ spa 06 KSP EACH and Installation Per EA ' 3036 8-32.5 460 Sand for Conduit Bedding $ 30.ao $ 13B�D Do KSP TONS Per TON 3037 8-32.5 100 Fluidized Thermal Backfill $ato .ce $ a1 0oo .00 KSP CU YDS Per CY 3038 4-04.5 950 Crushed Surfacing Top $ 3 .C)u $ KSP TONS Course, 5/8 Inch Minus Per TON ($6 00 Min) Willis &41h Roundabout Joint Utility Trench/Leyrer 8 August 12, 2019 Project Number: 18-3020 SCHEDULE III - JOINT UTILITY TRENCH ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3040 8-32.5 2,350 PSE - Installation and ,ui. KSP LN FT Proofing of 6 Inch Diameter Per LF Conduit 3041 8-32.5 2,500 PSE - Installation and $ KSP LN FT Proofing of 4 Inch Diameter Per LF Conduit 3042 8-32.5 540 PSE - Installation and $ .� � $ a`160 .00 KSP LN FT Proofing of 3 Inch Diameter Per LF Conduit 3043 8-32.5 410 PSE - Installation and $ D _ $ alp L>D KSP LN FT Proofing of 2 Inch Diameter Per LF Conduit 3045 8-32.5 900 Comcast - Installation and $ 4 b $ '3)1o(')p'DO KSP LN FT Proofing of 4 Inch Diameter Per LF Conduit 3046 8-32.5 200 Comcast - Installation and $ 1 C+ $ (��©4 d0 KSP LN FT Proofing of 2 Inch Diameter Per LF Conduit 3050 8-32.5 1,510 Supply and Install 2 Inch $ $ 1210"C' 00 KSP LN FT Diameter Sch 80 PVC Conduit Per LF 3055 4-04.5 40 Permeable Ballast for Vaults $ $ 1 KSP TONS Per TON 3065 8-32.5 3 Junction Box Type 8 $'_)�)oGC, t $ �� 6ut,. oLi KSP EACH Per EA 3070 2-12.5 30 Geotextile Fabric, Non-Woven $ 'c $ - _.4 1-0 KSP SQ YDS Per SY Willis &4tn Roundabout Joint Utility Trench/Leyrer 9 August 12, 2019 Project Number: 18-3020 SCHEDULE III - JOINT UTILITY TRENCH ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3155 2-09.5 4,900 Shoring or Extra Excavation $ .50 $ Q, 4. , , WSDOT SQ FT Class B Per SF Sub Total $ at)3,3�� 10% WA State Sales Tax $ a D 33� •1S Schedule III Total $ CDa�,~l3�? Willis &4`h Roundabout Joint Utility Trench/Leyrer 10 August 12, 2019 Project Number: 18-3020 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 720 Traffic Control Labor $ `5`5 '&D $ 3q tpw, pp KSP HOURS Per HR 5010 1-10.5 400 Construction Signs Class A $ '�xa .ao $ WSDOT SQ FT Per SF $'MID �� 5015 1-10.5 240 Traffic Control Supervisor $54;',0p $ 13y2-IDC) Op KSP HOURS Per HR 5016 1-10.5 80 Uniformed Off-Duty Police $ Q(0 •L)n $ 'ir -00 bO KSP HOURS Officer - Overtime or Holiday Per HR 5020 1-10.5 1 Temporary Traffic Control $ 2-sz0 ,W $ Z�Ob 0v KSP LUMP SUM Devices Per LS 5030 1-10.5 75 Portable Changeable Message $ (A0 •110 $ KSP DAYS Sign (PCMS) Per DAY $►25�7•t�.� 5035 1-10.5 40 Sequential Arrow Sign (SAS) $ ZS.bD $ � ppc) , ()J KSP DAYS Per DAY 5080 8-23.5 200 Temporary Pavement Marking $ 4.60 $ 0v WSDOT LN FT - Short Duration Per LF 5115 8-22.5 60 Plastic Stop Line $ 3a-•DID $ 0 WSDOT LN FT Per LF 5120 8-22.5 130 Plastic Crosswalk Line $ 14-.00 $ I %2D .00 WSDOT SQ FT Per SF Willis &4th Roundabout Joint Utility Trench/Leyrer 11 August 12, 2019 Project Number: 18-3020 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5145 8-09.5 0.6 Raised Pavement Marker $ 5.5� .Db $ 330 .mot_ WSDOT HUNDRED Type 1 Per HUNDRED 5150 8-09.5 0.2 Raised Pavement Marker $ ( (po,w $ WSDOT HUNDRED Type 2 Per' HUNDRED Sub Total $ 95 ,O-�Q . DO 10% WA State Sales Tax $__j q -L)b Schedule V Total $ c1 ,521rLk. 0 a Willis &4`h Roundabout Joint Utility Trench/Leyrer 12 August 12, 2019 Project Number: 18-3020 SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6000 8-20.5 1 Service Cabinet $ ID,15bo ea $ DD KSP LUMP SUM Per LS Sub Total $ f©.5y� • �O 10% WA State Sales Tax $ 01) Schedule VI Total $ . 5 06 Willis &41h Roundabout Joint Utility Trench/Leyrer 13 August 12, 2019 Project Number: 18-3020 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 8-01.5 0.1 Seeding, Fertilizing, and $ `IPOO• 10 $ 70a G,4l KSP ACRE Mulching Per AC 7010 8-01.5 100 Wattle $ � .Gv $ rJ 5 D ,tea WSDOT LN FT Per LF 7015 8-01.5 11 Inlet Protection $ fit oD $ (0 Epp .-60 KSP EACH Per EA 7055 8-01.5 1 Erosion/Water Pollution $5,000* $5,000 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders 7070 8-01.5 30 Street Cleaning $ l%D .00 $ 5,4� KSP HOURS Per HR Sub Total $ la:,31Z) • bo 10% WA State Sales Tax $ -6Q Schedule VII Total $ Willis &4th Roundabout Joint Utility Trench/Leyrer 14 August 12, 2019 Project Number: 18-3020 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8005 8-02.5 70 Topsoil Type A $ $ �. KSP CU YDS Per CY 8010 8-02.5 200 Sod Installation WSDOT SQ YDS Per SY Sub Total $ 5,'V, 0 10% WA State Sales Tax $ 55 . OD Schedule VIII Total $ Willis &4th Roundabout Joint Utility Trench/Leyrer 15 August 12, 2019 Project Number: 18-3020 BID SUMMARY Schedule I Street Schedule III aa3 '131.a.5 Joint Utility Trench Schedule V ,5A-4-,0,C) Traffic Control Schedule VI 1 f 1557b R 00 Electrical Schedule VII 1 t�541-1 • aC) Temporary Erosion &Sedimentation Control Schedule VIII cd z�S .c -) Roadside Restoration - W) �3a TOTAL BID AMOUNT S�-I�I .o1'J0 Willis &41h Roundabout Joint Utility Trench/Leyrer 16 August 12, 2019 Project Number: 18-3020 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: Willis St. & 4th Ave. S. Roundabout Joint Utility Trench Project Number: 18-3020 Subcontractor Name n( �' Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE Willis &4th Roundabout Joint Utility Trench/Leyrer 17 August 12, 2019 Project Number: 18-3020 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Rodarte Construction, Inc. Project Name: Willis St. & 4th Ave. S. Roundabout Joint Utility Trench Project Number: 18-3020 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: J'd I Plumbing Subcontractor Name: rl� Electrical Subcontractor Name: , (1L. C��c Signature of Bidder Date �- Willis &41h Roundabout Joint Utility Trench/Leyrer 18 August 12, 2019 Project Number: 18-3020 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. Willis &4th Roundabout Joint Utility Trench/Leyrer 19 August 12, 2019 Project Number: 18-3020 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: Rodarte Construction, InC. NAME: (�Cl�- ��ri •�� ADDRESS: '�Z_CL�+, U601e k "ujkA K iAJ A- Ct 2�Qq c , PRINCIPAL OFFICE: Rodarte Construction, Inc. ADDRESS: ellii Nwll - C l&.Io r n J-4 q(bO q A PHONE: )�-(�; FAX: 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. 5f-e G1't' Gl� V) 1.2 Provide your current state unified business identifier number.Uoo' l.QLO&3 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. -2� (),t kuylto 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 Willis &4th Roundabout Joint Utility Trench/Leyrer 20 August 12, 2019 Project Number: 18-3020 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). e atfw,.ne. 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. 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.12 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this train' s�g requirement. �Sc e Ci t C(( h C(I 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? US 2.2 How many years h s your organization been in business under its present business name? q k TAs 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 incorpo ration:((^1CLYC_V\ aCA, IC-1b 2.3.2 State of incorporation: LAD� ltr1 Am 2.3.3 President's name: F-i y*_ If 2.3.4 Vice-president's name(s): .,afed _0a&tkf 2.3.5 Secretary's name: 3u, (�_d f ,O&Lf*t 2.3.6 Treasurer's name: Fyarlv__ K6d(Jt-%( � �Y• 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):0lc, 2.4.3 Name(s) of general partner(s): i-\ko, 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: (\`C� 2.5.2 Name of owner: 0\Ck Willis &4t' Roundabout Joint Utility Trench/Leyrer 21 August 12, 2019 Project Number: 18-3020 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. L1e:XXM\ C,6"AYUCAinc 3.2 List jurisdictions in, which your organization's partnership or trade name is filed. �c V\k9,Dn 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces.t-11MYL L I-k%AX2-S, -t��Ccwcub yn, can -si K.Wore. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? t1 o 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? "c 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? CA 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.) VAC) 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 argount,,percent cor r ete and scheduled completion date. ` C ck-tut-(_ ncd C J 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost oSh�e�wo�pgrf����th your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: t ��Gj � Aqs 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. SCC Gl I I h� 4.7 On a separate sheet, list your major equipment. a4ccc ► ed Willis&41h Roundabout Joint Utility Trench/Leyrer 22 August 12, 2019 Project Number: 18-3020 S. REFERENCES 5.1 Trade References: 5.2 Bank References: aP,�.�5 0 - � ranee Tetrl() 3)SQ3-�Sa 5.3 Surety: w�Cl 4 5.3.1 Name of bonding company: V;eTY k 5.3.2 Name and address of agent: en 6. FINANCING OE�aco-1 0 \ \a So gAiA �Yte+ 6.1 Financial Statement. YCkVkma W c1 m 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? Willis &41h Roundabout Joint Utility Trench/Leyrer 23 August 12, 2019 Project Number: 18-3020 7. SIGNATURE 7.1 Dated at this �)ay of \ , 2019. Name of Organization: Rodart Construction, Inc. By: Title: 7.2 ? '�CA ��tQ. Jr, being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this pi r ,day of , 2019. Notary Public: _�c!� D.L L(AUIA'A] My Commission Expires: N PU • �OF wng�`;;.`�� Willis &41h Roundabout Joint Utility Trench/Leyrer 24 August 12, 2019 Project Number: 18-3020 Department of Labor and Industries RODARTE CONSTRUCTION INC PO Box 44450 Olympia, WA 98504-4450 Reg: CC RODARI*225D9 UBI: 600-264-803 Registered as provided by Law as: Construction Contractor (CC01) - GENERAL 860 RODARTE CONSTRUCTION INC Effective Date: 3/29/1978 17 EAST VALLEY HWY E Expiration Date: 6/3/2020 AUBURN WA 98092 Page 1 of 1 BUSINESS INFORMATION Business Name: RODARTE CONSTRUCTION, INC. UBI Number: 600 264 803 Business Type: WA PROFIT CORPORATION Business Status: ACTIVE Principal Office Street Address: 17 EAST VALLEY HWY E, AUBURN, WA, 98092-5531, UNITED STATES Principal Office Mailing Address: 17 EAST VALLEY HWY E, AUBURN, WA, 98092-5531, UNITED STATES Expiration Date: 03/31/2020 Jurisdiction: UNITED STATES, WASHINGTON Formation/Registration Date: 03/23/1978 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION Registered Agent Name: FRANK C RODARTE JR Street Address: 17 E VALLEY HWY E, AUBURN, WA, 98092-0000, UNITED STATES Mailing Address: GOVERNORS Title Governors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL JARED RODARTE GOVERNOR INDIVIDUAL FRANK RODARTE, JR GOVERNOR INDIVIDUAL SHIRLEY RODARTE https:Hccfs.sos.wa.gov/ 5/15/2019 ,� sew sT�TF o� j BUSINESS LICENSE k=.{ STATE OF i WASHINGTON Issue Date: May 24, 2019 Unified Business ID#: 600264803 ,f x' Profit Corporation Business ID #: 001 Location: 0001 RODARTE CONSTRUCTION, INC. Expires: Mar 31, 2020 17 E VALLEY HWY E AUBURN, WA 98092-5531 UNEMPLOYMENT INSURANCE -ACTIVE INDUSTRIAL INSURANCE -ACTIVE j MINOR WORK PERMIT(EXPIRES 5/31/2020) -ACTIVE TAX REGISTRATION -ACTIVE r CITY ENDORSEMENTS: C; FIFE GENERAL BUSINESS - NON-RESIDENT (EXPIRES 1/31/2020) -ACTIVE �I LAKEWOOD GENERAL BUSINESS - NON-RESIDENT#BL17-00463 -ACTIVE 9; KIRKLAND GENERAL BUSINESS - NON-RESIDENT#OBL28537 -ACTIVE 4 EDGEWOOD GENERAL BUSINESS - NON-RESIDENT -ACTIVE ht. r=3 J SUMNER GENERAL BUSINESS - NON-RESIDENT - ACTIVE NORMANDY PARK GENERAL BUSINESS - NON-RESIDENT (EXPIRES 12/31/2019) - ACTIVE r s� _t �? i: DUTIES OF MINORS: i Ages 16-17: Paperwork support and cleaning our shop and office �3 F= LICENSING RESTRICTIONS: It is the business's responsibility to comply with minor work permit requirements. See WAC 296-125-030 and WAC 296-125-033 for Non-Agricultural and WAC 296-131-125 for Agricultural guidelines and restricted activities. l Occupations involving exposure to substances which are carcinogenic, corrosive, highly toxic, toxic sensitizers, or { that cause reproductive health effects is prohibited for minors under 18. WAC 296-125-030 25 t; P P ( ) f. t 3 z= r (D" This document lists the registrations,endorsements,and licenses authorized for the business �I named above.By accepting this document,the licensee certifies the information on the application ` was complete,true,and accurate to the best of his or her knowledge,and that;business will be i conducted in compliance with all applicable Washington state,county,and city regulations. Director,Department of Revenue RODARTE CONSTRUCTION, Inc. 17 E. Valley Highway East — Auburn, WA 98092 RE: Statutory Requirements, Section 1.4 To Whom It May Concern: Rodarte Construction, Inc. (the Bidder), including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the Rodarte Construction, Inc., 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). Sincerely, Frank Rodarte, Jr. President Rodarte Construction, Inc. SIGNED this �fiday of �II,LCa�,� -� , 20Ci Office (253) 939-0532 Fax (253) 939-0557 RODARTE*225 D9 Rodarte Construction, Inc.is an Equal Opportunity Employer L],, RODARTE CONSTRUCTION, Inc. 17 E. Valley Highway East — Auburn, WA 98092 RE: Statutory Requirements, Section 1.5 To Whom It May Concern: I sign, under penalty of perjury and with authority to act and speak for Rodarte Construction, Inc., that within the three-year period immediately preceding the bid solicitation date, Rodarte Construction, Inc. 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. Sincerely, Frank Rodarte, Jr. President Rodarte Construction, Inc. r SIGNED this a1 day of Ckj USA , 20 1 Ci Office (253) 939-0532 Fax (253) 939-0557 RODARTE*225D9 Rodarte Construction, Inc.is an Equal Opportunity Employer Home Espanol Contact Search L&I i F..._.......... ._..........._..............................................................__ L4� A-Z Index Help My L&I Safety&Health Claims&Insurance Workplace Rights Trades&Licensing Washington State Department of Lab©r & Industries RODARTE CONSTRUCTION INC Owner or tradesperson 17 EAST VALLEY HWY E Principals AUBURN,WA 98092 RODARTE,FRANK C,MEMBER 253-939-0532 KING County RODARTE,SHIRLEY D,MEMBER RODARTE,FRANK C JR, MEMBER Doing business as RODARTE CONSTRUCTION INC WA UBI No. Business type 600 264 803 Corporation Governing persons SHIRLEY D RODARTE FRANK C RODARTE JR; JARED RODARTE; Certifications & Endorsements License Workers' comp Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Training—Effective July 1 2019 Exempt from this requirement. Completed the training on 1/18/2019 Contractor Strikes ........................................... No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace safety and health O Washington State Dept.of Labor&Industries.Use of this site is Subject to the laws of the state of Washington. Help us improve RODARTE CONSTRUCTION INC. Job References Major Projects In Progress 4.4 Contract Percent Scheduled Name of Project Amount Owner Engineer Complete Completion Date Greg Schwagerl East Sumner Stormwater Pond $2,332,922 City of Sumner (253)255-6314 27% Summer 2019 Legion Golf Course Stormwater Detention Mike Kangas, P.E. Project $3,760,658 City of Everett (425)257-8800 98% 18-Jun Ken Gill City of Fife Benthien Loop Utilities $ 1,975,299.00 City of Fife (253)896-8208 99% 19-Apr Patrick Herbig Kirkland Ave Water and Sewer Replacement City of Kirkland Project $2,249,772 City of Kirkland (425)587-3841 60% 19-Oct Mark Burlingame Washington Street and Pacific Street Town of Steilacoom Improvements $643,561 Town of Steilacoom (253)581-1912 98% 19-Jun Sub to Skaar Construction Layne Skaar Mt.View-Edgewood Skaar Construction Southern Reservoir $613,600 Water Company (253)939-6671 75% 19-Jun Yongqing ZHU 19th Ave SE Non Motorized Improvements $2,380,287 City of Bothell (425 806-6830 50% 19-Aug Mike Kangas, P.E. Alverson Stormwater Separation $1,460,182 City of Everett (425)257-8800 50% 19-Aug Puyallup School Michael Meadows Brouillet&Stahl Schools Sewer Project $1,832,120 District (253)435-6622 30% 20-Feb King County Jeni Bonenfant Foothills Trail $3,984,005 Parks Department (206)477-4558 2% 20-Sep Kim Truong 2019 Local Street Reconstruction $3,215,274 City of Auburn (253)804-5059 20% 20-Dec 1-90,0.8 Miles W of Snoqualmie Summit EB Scott Golbek Culvert Repair $199,897 WSDOT (509)577-1810 0% 20-Sep Rodarte Construction Inc. Job References Major Projects Completed Last 5 Years Project Name Owner&Contact Contract Amount Completion Date Percent w/our - Type of Project Forces Kitsap County Installation of approx 8400 If of sewer mainline with new 6 Manchester Yukon Harbor Sewer Floyd Bayless $5,600,237 Jan-19 65% inch pvc gravity sewer laterals or new individual pumping Extension (360)337-5631 stations,installation of new pump station,hma paving,and restoration. Citywide Storm Repair& City of Auburn Installation of approx 1580 If of storm mainline and 10301f Replacement Seth Wickstrom $1,912,223 Nov-18 70% of water main,curb and sidewalk,hma paving,and (253)804-5034 restoration Installation of approx 4300 ft of sanitary sewer mainline,11 City of Kirkland 1st Street Sewer Main Replacement Marius Eugenio $2,812,450 Dec-18 85% manholes,42 side sewers,1320 ft of water mainline,21 (425)587-3000 water service connections,restoration of asphalt and concrete sidewalk,53 ADA ramps,and restoration. Flood and fish habitat restoration project. Remove a King County section of the Porter Levee and setting it back along SE Porter Reach Restoration Will Mansfield $2,752,673 Dec-18 78% Green Valley Road,and raising a section of Green Valley (206)477-4817 Road adjacent to the set back levee. Installation of LWD and habitat features with the floodplain. Road improvement,revising City of Edmonds 228th St SW Improvements Jaime Hawkins $5,117,500 Jan-17 45% intersection,traffic signal systems, (425)771-0220 illumination systems,HMA paving,ADA compliant sidewalks and ramp and other roadway improvements. Construction Round-a-Bout at intersection of Tolul Rd and City of Snoqualmie SR 202-Work includes:roadway excavation,clear and grub, Tokul Road Improvements Nancy Davidson $4,476,453 Apr-17 34% storm drainage,reataining walls,surfacing,asphalt, (425)831-4919 sidewalk,curb and gutter,illumination,irrigation,wetland midi ation Storm System Improvements:Roadway excavation, dewatering,shoring,removing and reinstall 3 BNSF railroad City of Renton crossings,1810 ft of 60in storm pipe and 420ft of 36in,four SW 7th Street Improvements Daniel Carey $2,870,450 Jun-17 90% 120in type 3 structures,eight 96in type 3 structures,eigth (425)430-7293 type 1 Catch basiins,two concrete stormwater vaults,water main relocation,concrete curb,gutter,and sidewalks, aspahalt and general cleanup and restoration. Roadway widening and sidewalk installation-Work Includes, City of Milton excavation,grading retaining walls,undergrounding of Milton Way Improvements Glen Baker $1,528,213 May-17 60% overhead utilities,storm drainage,asphalt paving,curb, (253)517-2736 gutter,and sidewalks illumination,landscaping,traffic signal modifications,channelization,and signing 12 foot diameter wet well submersible pump station with an initial capacity of 1180gpm,2795 linear feet of 10 inch City of Sumner HOPE force main using open cut and installation of 365 Cherry Street Pump Station Jason Van Gilder $1,611,000 May-17 68% linear feet of 10 in using jack and bore techniques,yard (253)299-5703 piping,electrical,instrumentation and control equipment, emergency generator system,falling adn placing trees for shorline habitat. City of Enumclaw Scott Woodbury Include onsite drainage lines with infiltration pond,access 3.0 MG Reservoir (360)831-4271 improvements,meter vault,water sample pumps and water Sub to-Skaar Construction $1,300,232 Sep-16 85% lines-450 ft of 24 inch HOPE,850 ft of 18 inch HDPE,and Layne Skaar 700 ft of 12 inch HOPE. (253)939-6671 Construct curbs 5.75 mile of intermin gravel trail, Cross Kirkland Corridor Interim Trail City of Kirkland illumination,RRFB's,roadway modifications,modifications (425)587-3000 $2,099,175 Jan-15 43% to two railroad bridges,15,000 If of wood fence,crushed rock City of Redmond 2800 feet of finish stream channel.The major elements nclude excavation,stockpiling,stream bank protection, Bear Creek Rehab Redmond Michael Haley $2,589,448 Apr-15 80%(425)556-2543 gravel pools,bed control,backwater,channels,stream diversion,planting irrigation,and removing trees. Rodarte Construction Inc. August 27,2019 Job References Section 4.6 Key Individuals Key Individual Construction Experience Present Commitments 1991-1997: Lead Estimator and Project Manager 1997-2012:Vice President and Manager of corporate legal and Corporate Executive Frank Rodarte,Jr. financial decisions overseeing all projects in 2012- present:President and Senior Manager of corporate progress legal and financial decisions 1998 to 2005:Equipment Operator and Field Supervisor 2006-2012: Corporate Executive Jared Rodarte Project Manager overseeing all projects in 2012-presentVice President progress 19th St SE Non-Motorized Senior General Superintendent with 40+years of experience in Improvements Jerry Rodarte,Sr. underground utilities, heavy highway, mass excavation,grading of land and site work construction projects. Senior General Superintendent with 35+years of experience in Buckley Trail ImprovementsPhase 2 David Rodarte,Sr. underground utilities, heavy highway, mass excavation,grading of land and site work construction projects. General Superintendent with 25+years of experience in underground utilities, heavy highway,mass excavation,grading of Alverson Stormwater Retrofit Jerry Rodarte,Jr. g y g y' g g /land and site work construction projects. 2019 Local Street Reconstruction 10years'experience as a General Superintendent at Big D Builders. Buckley Trail Improvements 15years'experience at Rodarte Construction Inc.as a Project Manager Phase 2 Kevin Durrant and General Superintendent. 6 years' experience at Delta Technology Corp as a Sheet Metal Apprentice. Manages projects under Clint Thomas 14 years at Rodarte Construction Inc.as a General direction of Frank Jr.and Superintendent. Jared Rodarte 3years at Rodarte Construction as a Project Manager. Project Manager with 20+years of experience in heavy highway construction. Construction manager for the Muckleshoot Indian Tribe for 9 years. 19th Ave SE Non-Motorized Superintendent/Foreman for Rodarte construction for 15 years Robert Rodarte Project Manager for Rodarte Construction 2 years Improvements 12 years at Rodarte Construction as a Lead Estimator and Project Estimates and bids on John Ells Manager. potential projects with Jerry Sr. and David Sr.as advisors RODARTE CONSTRUCTION, INC. MAJOR EQUIPMENT OWNED ITEM OWNERSHIP AGE IN CONDITION QUANTITY YEARS OF EQUIPMENT 2008 MACK DUMP TRUCKS 5 w/2 Drop Axles"Granite"w/Columbia High Lift Dump Boxes OWNED 10 GOOD 2 2017 Kenworth Dump Trucks w/2 Drop Axles Dump Boxes OWNED 1 NEW 1 2012 Komatsu PC228USLC-8 Excavator with Thumb OWNED 5 VERY GOOD 1 2012 Komatsu PC228USLC-8 Excavator OWNED 5 VERY GOOD 1 2008 CAT 420 E 4 x 4 CAT Backhoe- OWNED 9 VERY GOOD 1 12013 KOMATSU 270 LOADER OWNED 4 VERY GOOD 1 2013 KOMATSU WA250PZ6-LOADER OWNED 4 VERY GOOD 2000 MACK TRACTOR 1 w/Drop Axle"Elite"(LOW MILES under 5,000 miles) OWNED 17 GOOD 4 1 2008 RELIANCE PUP TRAILERS Steel Boxes w/High Lift Gate OWNED 9 GOOD 2 2004 CAT 320CU EXCAVATOR w/pin grabber&aux hyd OWNED 13 VERY GOOD 1 2003 CAT 320CU EXCAVATOR w/pin grabber&aux hyd OWNED 14 VERY GOOD 1 2007 CAT 312C-3 EXCAVATOR w/pin grabber&thumb OWNED 10 VERY GOOD 1 2006 CAT 312-3 EXCAVATOR w/pin grabber&thumb OWNED 11 VERY GOOD 1 2006 CAT 308CCR EXCAVATOR w/pin grabber&thumb OWNED 11 VERY GOOD 1 12005 CAT 305CR MINI-EXCAVATOR OWNED 12 VERY GOOD 1 2000 HITACHI EX345 EXCAVATOR OWNED 17 GOOD 2 2014-CAT 328D LCR EXCAVATOR OWNED 3 VERY GOOD 1 2014-KOMATSU PC 138US-8 EXCAVATOR OWNED 3 VERY GOOD 1 2005 CAT 924G LOADER w/Quick Disc& Forks OWNED 12 GOOD 1 12003 CAT 924G LOADER w/Quick Disc& Forks OWNED 14 GOOD 5 2006 CAT 420E HLS BACKHOES OWNED 16 GOOD 1 2005-4 CAT D4H DOZER OWNED 12 GOOD 1 2004 CAT D5H DOZER OWNED 13 GOOD 1 11997 JOHN DEERE 772BH GRADER OWNED 20 GOOD 1 2005 CAT CB224E ROLLER OWNED 12 VERY GOOD RODARTE CONSTRUCTION, Inc. 17 E. Valley Highway East — Auburn, WA 98092 Trade References Section 5.1 Ferguson Waterworks Nicole Bogrand-Credit Manager 425-586-9600 Nicole.bogrand@ferguson.com CHS Bob Brewster- Credit Manager 253-833-7220 Bob.brewster@chsinc.com HD Fowler Penny Gill- Credit Manager 425-748-5314 pennyg@hdfowler.com Office (253) 939-0532 Fax (253) 939-0557 RODARTE*225D9 BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified This statement is required by state law (RCW 39.04.350(1)(f)) 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 27, 2019), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Rodarte Construction, Inc. Bidder's Business Name Signature of Authorized Offici Printed Name Title 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. Willis &41h Roundabout Joint Utility Trench/Leyrer 25 August 12, 2019 Project Number: 18-3020 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 27, 2019), 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. Rodarte Construction, Inc. Bidder's Business Name Signature of Authorized Offi al* Printed Name PCLL1 Title k Am Dat 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. Willis &4"' Roundabout Joint Utility Trench/Leyrer 26 August 12, 2019 Project Number: 18-3020 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 twenty (20) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: Rodarte Construction, Inc. NAME OF BIDDER Signature of Authoriz Representative Cmk K%.JLt tP .� - �r 61 mC (Print Name and Title) \� �� VaiVU �Aw E Address L u_�j.(n w A- bGa Willis &41h Roundabout Joint Utility Trench/Leyrer 27 August 12, 2019 Project Number: 18-3020 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS. That we, Rodarte Construction, Inc. as Principal, and Western Surety Company as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five percent of the total amount bid Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Willis St. & 4th Ave. S. Roundabout Joint Utility Trench/Project Number: 18-3020 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 23rd DAY OF August 2015 Rodarte Construction, Inc. PRINCIPAL Western Surety Company SURETY Lori McKimmy, ttomey-in-Fact 20 Received return of deposit in the sum of$ Willis&4'h Roundabout Joint Utility Trench/Leyrer 28 August 12, 2019 Project Number: 18-3020 Western SuretyCompany POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Donna S Martinez, Rod Lewis, Kenneth J Frick,Lori McKimmy,Lisa P Smith,Individually of Yakima,WA,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 27th day of February,2019. WESTERN SURETY COMPANY W?: PO N. - aul T.Bruflat,Vice President State of South Dakota 1 JT County of Minnehaha ss On this 27th day of February,2019,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires s* �� TMOHR June 23,2021 HoAarauauc SEAL SOUTH DAKOTA J.Mohr,Notary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 23rd day of August 12019 °Q"s�RETy WESTERN SURETY COMPANY ?:..............,co- �: P0A '3 _N�,OP gli^n G'11112"00 � C�r Form F4280-7-2012 L.Nelson,Assistant Secretary Go to www.cnasurety.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President,any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Willis St. & 41h Ave. S. Roundabout Joint Utility Trench Project Number: 18-3020 NAME OF PROJECT Rodarte Construction, Inc. NAME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED RE ENTATIVE OF BIDDER Willis &41h Roundabout Joint Utility Trench/Leyrer 29 August 12, 2019 Project Number: 18-3020 This change order form is for examule nurnoses only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: [Insert Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:[Insert Name of Original Contract & Project #, if applicable) ORIGINAL CONTRACT DATE: [Insert Date Original Contract was Signed] This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Willis &4`h Roundabout Joint Utility Trench/Leyrer 30 August 12, 2019 Project Number: 18-3020 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte, P.E. Its Its Public Works Director (title) (title) DATE: DATE APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department Willis &4" Roundabout Joint Utility Trench/Leyrer 31 August 12, 2019 Project Number: 18-3020 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................❑ Orderof Contents.................................................................................❑ Invitationto Bid...................................................................................❑ ContractorCompliance Statement........................................................❑ Date............................................................................................❑ Have/have not participated acknowledgment.............................❑ Signatureand address ................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Dateand signature .....................................................................❑ AdministrativePolicy ...........................................................................❑ Proposal...............................................................................................❑ First line of proposal - filled in ...................................................❑ Unitprices are correct ................................................................❑ Minimum bid prices are correct...................................................❑ Subcontractor List (contracts over $100K) ..........................................❑ Subcontractors listed properly....................................................❑ Signature ....................................................................................❑ Subcontractor List (contracts over $1 million).....................................❑ Subcontractors listed properly....................................................❑ Dateand signature .....................................................................❑ Contractor's Qualification Statement ...................................................❑ Complete and notarized ..............................................................❑ Statement that Bidder Has Not Been Disqualified ................................❑ Certification of Compliance with Wage Payment Statutes....................❑ ProposalSignature Page......................................................................❑ All Addenda acknowledged .........................................................❑ Date, signature and address .......................................................❑ BidBond Form .....................................................................................❑ Signature, sealed and dated .......................................................❑ Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 50/o of the total bid amount) CombinedDeclaration Form .................................................................❑ Signature ....................................................................................❑ ChangeOrder Form..............................................................................❑ Bidder's Checklist ................................................................................❑ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Willis &41h Roundabout Joint Utility Trench/Leyrer 32 August 12, 2019 Project Number: 18-3020 Bond#30078415 PAYMENT AND PERFORMANCE BOND T TO CITY OF KENT W..H I w 010. KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, __Rodarte Construction, Inc. as Principal, and Western Surety Company a Corporation organized and existing under the laws of the State of Washington, 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 ,ointlx and s�evernd all r held and fi$m�ix bound to the CITY OF KENT in the penal sum of $jaa.232.sa to get' 0 dollars&9 any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Willis St. & 4u` Ave. S. Roundabout Joint Utility Trench/Project Number: 18-3020 (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. Willis&41h Roundabout Joint Utility Trench/Leyrer 33 August 12, 2019 Project Number! 18-3020 TWO WITNESSES: Rodarte Construction. Inc. PRINCIPAL (enter principal's name above) l9�L BY: TITLE: DATE: CA DATE: C-N S\\C� CORPORATE SEAL: Nancy Salset PRINT NAME DATE: September 5,2019 Western Spcety Company SURETY )( CORPORATE SEAL: BY: fhtL,r A DATE: _September 5,2019 TITLE: Donna S. Martinez,Attorney-in-Fact ADDRESS: 112 S.4th Street Yakima.WA 98901 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) cretary of the Corporation named as Principal in the within Bond; that - 0 .J 'f Who signed the said bond on behalf of the Principal r - of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY Willis&4`h Roundabout Joint Utility Trench/Leyrer 34 August 12, 2019 Project Number: 18.3020 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Donna S Martinez, Rod Lewis, Kenneth J Frick,Lori McKimmy,Lisa P Smith,Individually of Yakima,WA,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 27th day of February,2019. uRET WESTERN SURETY COMPANY ;,W,:OQ,PpRgT:a= 'N 4 1^iDi J.. EA ►; TN pPM�SP',. aul T.Bruflat,Vice President State of South Dakota l JT County of Minnehaha ss On this 27th day of February,2019,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires J.MOHROHR eLIC June 23,2021 SOUTH DA OTA s� sourr+orsora J.Mohr,Notary Public CERTIFICATE I,L. Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 5 t h day of September 2019 �N�uRE ',,, WESTERN SURETY COMPANY ................:c+o, Wo4"4pP Oqq ji^> aNi Form F4280-7-2012 L.Nelson,Assistant Secretary Go to www.cnasurety.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and (,61 1,,ll(; c"D Tfx1 .-- organized under the laws of the State of WaQS -x\na kt 0 located and doing business at 0 RAAS V(Xk\CQ "kA—,U C- A lAkA r-11 ("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: Willis St. & 4t" Ave. S. Roundabout Joint Utility Trench/Project Number: 18-3020 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 twenty (20) 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. Willis & 4`h Roundabout Joint Utility Trench/Leyrer 35 August 12, 2019 Project Number: 18-3020 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. Willis & 41h Roundabout Joint Utility Trench/Leyrer 36 August 12, 2019 Project Number: 18-3020 CITY OF KENT --p0_fU'7d' BY: DANA RALPH, MAYOR DATE:. ATTE KIMBERLEY A. TOTO, CITY C APPROVED A//''S TO FORM: oq& -r � KENT LAW DEPARTMENT CONTRACTOR BY: PR I NT NAME: TITLE:-Pic-'Mc.a DATE: CI Willis & 41h Roundabout Joint Utility Trench/Leyrer 37 August 12, 2019 Project Number: 18-3020 EXHIBIT A INSURANCE REQU I REMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. Willis & 41h Roundabout Joint Utility Trench/Leyrer 38 August 12, 2019 Project Number: 18-3020 EXH I B I T A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. Willis & 41h Roundabout Joint Utility Trench/Leyrer 39 August 12, 2019 Project Number: 18-3020 EXH I B I T A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. Willis & 41h Roundabout Joint Utility Trench/Leyrer 40 August 12, 2019 Project Number: 18-3020 Client#: 166388 RODACONS3 ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE /YYYY) 9/05/201/2019 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 Propel Insurance PHONE Diane Harding F AIC No E>n:800 499-0933 ac No): 866 577-1326 Tacoma Commercial Insurance ADDRESS: diane.harding@propelinsurance.com 1201 Pacific Ave, Suite 1000 Tacoma,WA 98402 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Bitco National Insuance Company 20109 INSURED INSURER B:Navigators Specialty Insurance Compa 17 E Valleeyy Hwy 36056 ROdarte Construction East sn Inc. INSURER C:Beazley Insurance Company,Inc. 37540 y Ea BITCO General Insurance Corporation 20095 Auburn,WA 98092 INsuRERo: p INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBR LTR TYPE OF INSURANCE �INSR WVD POLICY NUMBER —POLICY EFF MM/DDY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY CLP3682901 6/20/2019 06/20/2020 EACH OCCURRENCE $1 000 OOO _ CLAIMS-MADE Ex OCCUR PREMISES(E.occurrence 000,000 X PD Ded:2,000 MED EXP(Any one person) $10 000 PERSONAL&ADV INJURY $1,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY I X]JECT LOC PRODUCTS-COMP/OPAGG $2,000,000 OTHER: $ D AUTOMOBILE LIABILITY CAP3682904 6/20/2019 06/20/202 COMBINED SINGLE LIMIT Ea accident 11,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED X AUTOS ONLY X AUTOS ONLY PROPERTY DAMAGE $ Per accident X rive Oth Car $ A X UMBRELLA LIAB X OCCUR CUP2817409 6/20/2019 06/20/202 EACH OCCURRENCE $5 OOO 000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5 OOO OOO DED X RETENTION$10000 $ A WORKERS COMPENSATION CLP3682901 6/20/2019 06/20/202 PER OTH- AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N WA Stop Gap E.L.EACH ACCIDENT $1 000 000 OFFICER/MEMBEREXCLUDED? � N/A (Mandatory in and E.L.DISEASE-EA EMPLOYEE $1 000 000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 A Installation Fltr CLP3682901 16I /20/2019 06/20/202 $250k limit/$1k ded B Excess Liability SE19EXC8476751V /20/2019 06/20/202 $3,000,000 occ/agg C 'Pollution Liab ENP000349301 20/2019 06/20/202 $3 000 000 ea inci DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) RE: Willis St. $4th Ave. S. Roundabout Joint Utility Trench; Project#18-3020 Additional Insured Status applies per the attached endorsement(s). 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 Public Works Dept. ACCORDANCE WITH THE POLICY PROVISIONS. 400 West Gowe Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S3788123/M3690622 AMR00 This page has been left blank intentionally. SCHEDULE OF FORMS AND ENDORSEMENTS NAMED INSURED POLICY NUMBER RODARTE CONSTRUCTION, INC. CLP 3 682 901 GU-3076 (04/16) PRIVACY STATEMENT GU-4320 (05/04) ADVISORY NOTICE TO POLICYHOLDERS GU-4871 (04/16) POLICYHOLDER DISCLOSURE - NOTICE OF TERRORISM INSURANCE COVERAGE GU-5066 (08/16) POLICYHOLDER NOTICE GU-2368 (12/18) AUDIT INFORMATION GU 2510 (06/96) QUICK REFERENCE - COMMERCIAL GENERAL LIABILITY COVERAGE PART GU-2990 (05/00) FLOOD INSURANCE NOTICE GOX 2281 (12/92) SCHEDULE OF PREMISES LOCATIONS GOX 2279 (12192) SCHEDULE OF FORMS AND ENDORSEMENTS CLP-2584 (04/16) COMMERCIAL LINES POLICY DECLARATIONS IL O1 23 (11/13) WASHINGTON CHANGES - DEFENSE COSTS IL O1 46 (08/10) WASHINGTON COMMON POLICY CONDITIONS IL O1 57 (07102) WASHINGTON CHANGES - ACTUAL CASH VALUE IL O1 98 (09/08) NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT IL 09 35 (07102) EXCLUSION OF CERTAIN COMPUTER RELATED LOSSES IL 09 53 (O1/15) EXCLUSION OF CERTIFIED ACTS OF TERRORISM IL 09 83 (01/08) WASHINGTON - AMENDMENT OF TERRORISM EXCLUSIONS GL-2438-PKG (04/16) COMMERCIAL GENERAL LIABILITY DECLARATIONS GOX-2446 (07/95) COMMERCIAL GENERAL LIABILITY SCHEDULE GOX-2446 (07/95) COMMERCIAL GENERAL LIABILITY SCHEDULE GOX-2446 (07/95) COMMERCIAL GENERAL LIABILITY SCHEDULE CG 00 01 (04/13) COMMERCIAL GENERAL LIABILITY COVERAGE FORM GL 687c (01/86) EXCLUSION (DISMANTLING, DEMOLITION, WRECKING OR SALVAGE OPERATIONS) GL-2784 (09/11) EXTENDED LIABILITY COVERAGE GL-3085 (09/11) UTILITY CONTRACTORS EXTENDED LIABILITY COVERAGE L 1751b (09/14) EXCLUSION (ASBESTOS) L 2474a (02/99) EXCLUSION - LEAD GOX-2287-BF (06/09) LENDERS LOSS PAYABLE ENDORSEMENT CG 03 00 (01/96) DEDUCTIBLE LIABILITY INSURANCE CG 04 35 (12107) EMPLOYEE BENEFITS LIABILITY COVERAGE CG 04 42 (11/03) STOP GAP - EMPLOYERS LIABILITY COVERAGE ENDORSEMENT - WASHINGTON CG 20 12 (04/13) ADDITIONAL INSURED - STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS OR AUTHORIZATIONS CG O1 97 (12107) WASHINGTON CHANGES EMPLOYMENT-RELATED PRACTICES EXCLUSION CG 04 50 (05/08) WASHINGTON CHANGES WHO IS AN INSURED CG 21 09 (06/15) EXCLUSION - UNMANNED AIRCRAFT CG 21 73 (01/15) EXCLUSION OF CERTIFIED ACTS OF TERRORISM CG 21 86 (12/04) EXCLUSION - EXTERIOR INSULATION AND FINISH SYSTEMS CG 22 34 (04/13) EXCLUSION - CONSTRUCTION MANAGEMENT ERRORS AND OMISSIONS CG 22 79 (04/13) EXCLUSION - CONTRACTORS - PROFESSIONAL LIABILITY CG 26 77 (12104) WASHINGTON - FUNGI OR BACTERIA EXCLUSION GL-4302 (09/14) SILICA EXCLUSION GL-4666 (01/11) EXCLUSION - ENGINEERS, ARCHITECTS OR SURVEYORS PROFESSIONAL LIABILITY GL-4697 (02112) WASHINGTON CHANGES GL-5057 (10/16) ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS COMPLETED OPERATIONS GL-5058 (10/16) ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS ONGOING OPERATIONS GOX-2545A (04/11) COMMERCIAL PROPERTY SCHEDULE GOX-2545A (04/11) COMMERCIAL PROPERTY SCHEDULE CP 00 10 (10112) BUILDING AND PERSONAL PROPERTY COVERAGE FORM GOX-2279 (12/92) SCHEDULE OF FORMS AND ENDORSEMENTS NAMED INSURED POLICY NUMBER RODARTE CONSTRUCTION, INC. CLP 3 682 901 CP 00 90 (07/88) COMMERCIAL PROPERTY CONDITIONS CP 10 30 (09/17) CAUSES OF LOSS - SPECIAL FORM IM-2750 (07/98) INLAND MARINE LOSS PAYABLE ENDORSEMENT IM-2750 (07/98) INLAND MARINE LOSS PAYABLE ENDORSEMENT IM-2750 (07/98) INLAND MARINE LOSS PAYABLE ENDORSEMENT IM-2750 (07/98) INLAND MARINE LOSS PAYABLE ENDORSEMENT CP Ol 40 (07/06) EXCLUSION OF LOSS DUE TO VIRUS OR BACTERIA CP 12 20 (10112) LOSS PAYABLE PROVISIONS WASHINGTON CP 12 20 (10112) LOSS PAYABLE PROVISIONS WASHINGTON CP 2230C (12/03) EXTENDED PROPERTY COVERAGE CP 01 26 (10112) WASHINGTON CHANGES CP 01 60 (12/98) WASHINGTON CHANGES - DOMESTIC ABUSE CP 01 79 (10112) WASHINGTON CHANGES - EXCLUDED CAUSES OF LOSS CP-4753 (01/13) NEWLY ACQUIRED PROPERTY AT DESCRIBED PREMISES IM-1785 (11/85) GENERAL PURPOSE INLAND MARINE DECLARATIONS IM-5122 (01/19) DECLARATION OF COVERAGES - BUILDERS RISK AND INSTALLATION FLOATER FORM CM 01 07 (06/19) WASHINGTON CHANGES IM-1302 (01/19) EQUIPMENT SCHEDULE IM-1302 (01/19) EQUIPMENT SCHEDULE IM-1302 (01/19) EQUIPMENT SCHEDULE IM-1615 (05/17) CONTRACTORS EQUIPMENT LEASED, BORROWED OR RENTED FROM OTHERS IM-5008 (05/17) SCHEDULE OF COVERAGES - CONTRACTORS' EQUIPMENT IM-5015 (05/17) SMALL TOOLS ENDORSEMENT IM-1351 (01/19) EQUIPMENT RENTAL REIMBURSEMENT ENDORSEMENT IM-2097 (02117) AMENDATORY ENDORSEMENT - WASHINGTON IM-5070 (05/17) WAIVER OF THEFT DEDUCTIBLE IM-5074 (05117) CONTRACTORS' EQUIPMENT COVERAGE SCHEDULED EQUIPMENT FORM IM-5121 (01/19) BUILDERS RISK COVERAGE MAN-CO (01102) MANUSCRIPT ENDORSEMENT MAN-CO (01102) MANUSCRIPT ENDORSEMENT MAN-CO (01102) MANUSCRIPT ENDORSEMENT MAN-CO (01102) MANUSCRIPT ENDORSEMENT MAN-CO (01102) MANUSCRIPT ENDORSEMENT MAN-CO (01102) MANUSCRIPT ENDORSEMENT GOX-2279 (12/92) SCHEDULE OF FORMS AND ENDORSEMENTS NAMED INSURED POLICY NUMBER RODARTE CONSTRUCTION, INC. CAP 3 682 904 GU-4497 (09/16) FLEET RISK MANAGEMENT INFORMATION GU-3076 (04/16) PRIVACY STATEMENT GU-4320 (05/04) ADVISORY NOTICE TO POLICYHOLDERS AF-9901 (09/05) STATED AMOUNT PHYSICAL DAMAGE COVERAGE GOX 2279 (12/92) SCHEDULE OF FORMS AND ENDORSEMENTS AP-0003-1 (04/16) BUSINESS AUTO COVERAGE FORM DECLARATIONS AP-0003-2 (04/16) BUSINESS AUTO COVERAGE FORM DECLARATIONS PART 2 AP-0003-3 (04/16) BUSINESS AUTO COVERAGE FORM DECLARATIONS PART 3 AP-0003-4 (04/16) BUSINESS AUTO COVERAGE FORM DECLARATIONS PART 4 AP-0004 (10/13) BUSINESS AUTO COVERAGE FORM DECLARATIONS SUPPLEMENT HIRED OR BORROWED MOBILE EQUIPMENT OR FARM EQUIPMENT AA-2709A (10/01) AUTO SCHEDULE AA-2709A (10/01) AUTO SCHEDULE AA-2709A (10/01) AUTO SCHEDULE AA-2709A (10/01) AUTO SCHEDULE AA-2709A (10/01) AUTO SCHEDULE AA-2709A (10/01) AUTO SCHEDULE AA-2709A (10/01) AUTO SCHEDULE AA-2709A (10/01) AUTO SCHEDULE AA-2709A (10/01) AUTO SCHEDULE IL O1 23 (11/13) WASHINGTON CHANGES - DEFENSE COSTS IL O1 46 (08/10) WASHINGTON COMMON POLICY CONDITIONS IL O1 98 (09/08) NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT CA 00 01 (10/13) BUSINESS AUTO COVERAGE FORM CA 99 03 (10/13) AUTO MEDICAL PAYMENTS COVERAGE A-2931 (11/99) ADDITIONAL INSURED - SPECIFIC ENTITIES CA 04 44 (10/13) WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) CA 03 02 (10/13) DEDUCTIBLE LIABILITY COVERAGE CA 21 34 (10/13) WASHINGTON UNDERINSURED MOTORISTS COVERAGE CA 99 10 (10/13) DRIVE OTHER CAR COVERAGE - BROADENED COVERAGE FOR NAMED INDIVIDUALS CA 99 28 (10/13) STATED AMOUNT INSURANCE MCS-90 (06/14) ENDORSEMENT FOR MOTOR CARRIER POLICIES OF INSURANCE FOR PUBLIC LIABILITY UNDER SECTION 29 AND 30 OF THE MOTOR CARRIER ACT OF 1980 CA O1 35 (10/13) WASHINGTON CHANGES CA 23 45 (11/16) PUBLIC OR LIVERY PASSENGER CONVEYANCE AND ON-DEMAND DELIVERY SERVICES EXCLUSION CA 23 92 (10/13) WASHINGTON EXCLUSION OF TERRORISM CA 23 94 (10/13) SILICA OR SILICA-RELATED DUST EXCLUSION FOR COVERED AUTOS EXPOSURE CA 99 48 (10/13) POLLUTION LIABILITY - BROADENED COVERAGE FOR COVERED AUTOS - BUSINESS AUTO AND MOTOR CARRIER COVERAGE FORMS A 200c (01/82) CERTIFICATE OF AUTOMOBILE INSURANCE AND LOSS PAYABLE CLAUSE ENDORSEMENT A 200c (01/82) CERTIFICATE OF AUTOMOBILE INSURANCE AND LOSS PAYABLE CLAUSE ENDORSEMENT GOX-2279 (12/92) Policy Number: COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - SPECIFIC ENTITIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM WHO IS AN INSURED is changed to include as an "insured" the person or organization named in this endorsement. However, the additional insured is an "insured" only for "bodily injury" or "property damage" arising out of work or operations performed by you or on your behalf for the additional insured and resulting from the ownership, maintenance or use of a "covered auto," by: 1. You, or 2. Any of your employees or agents; or 3. Anyone other than the additional insured or any employee or agent of the additional insured, while using with your permission a covered "auto" you own, hire or borrow. ADDITIONAL INSURED: Any person or organization for whom the named insured has agreed by written "insured contract" to des-ignate as an additional insured subject to all the provisions and limitations of this policy. A-2931 (11/99) This page has been left blank intentionally. THS ENDORSEMENT CHANGES TFE POLICY. PLEASE READ rT CAREFULLY. unuTY CONTRACTORS EXTEMED uABIUTY COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL UABIU Y COVERAGE FORM It is agreed that the provisions listed below apply only upon the entry of an FX in the box next to the caption of such provision. A. F7X Partnership and Joint Venture Extension M. OX Construction Project General Aggregate Limits B. X Contractors Automatic Additional Insured N. F—XJ Fellow Employee Coverage Coverage—Ongoing Operations O. U Property Damage to the Named Insured s Work C. f� Automatic Waiver of Subrogation P. Care, Custody or ControlD. f17X Extended Notice of Cancellation, Nonrenewal O. � Electronic Data Liability Coverage E. OX Unintentional Failure to Disclose Hazards R. F-fl Consolidated Insurance Program Residual F. F7X Broadened Mobile Equipment Liability Coverage G. F—X1 Personal and Advertising Injury-Contractual S. XX Automatic Additional Insureds—Managers or Coverage Lessors of Premises H. U Nonerrployment Discrimination T. U Automatic Additional Insureds—State or Governmental Agency or Political I. 17X Liquor Liability Subdivisions—Permits or Authorizations J. FX Broadened Conditions U. 7X Contractors Automatic Additional Insured Coverage—Completed Operations K �X Automatic Additional Insureds—Equipment Leases V. U Additional Insured—Engineers, Architects or Surveyors L l� Insured Contract Extension- Railroad Property and Construction Contracts A PARTNERSHP AND JOINT VENTURE EXTENSION The following provision is added to SECTION II-WHO IS AN INSURED The last full paragraph which reads as follows: No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. is deleted and replaced with the following: 1Mth respect to the conduct of any past or present joint venture or partnership not shown as a Named Insured in the Declarations and of which you are or were a partner or member, you are an insured, but only with respect to liability arising out of "your work' on behalf of any partnership or joint venture not shown as a Named Insured in the Declarations, provided no other similar liability GL-3085(09✓11) -1- insurance is available to you for 'your work' in connection with your interest in such partnership or joint venture. B. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE—ONGOING OPERATIONS SECTION II — WHO IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury' caused, in whole or in part, by: 1. Your acts or omissions; or 2 The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the prcject(s) designated in the written contract. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to''bodily injury'or"property damage"occurring after: 1. All work, inducting materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or 2 That portion of "your work' out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. C. AUTOMATIC WAIVER OF SUBROGATION Item& of SECTION IV-COMMERCIAL GENERAL UABILff Y CONDMONS, is deleted and replaced with the following: 8. Transfer of Rights of Recovery Against Others to Us and Automatic Waiver of Subrogation. a If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured mist do nothing after loss to impair those rights. Al our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. b. if required by a written contract executed prior to loss, we waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of"your work'for that person or organization. D. EXTENDED NOTICE OF CANCEL LATim NONRENEWAL Item Alb. of the COMMON POLICY CONDMONS , is deleted and replaced with the following: Alb. 60 days before the effective date of the cancellation if we cancel for any other reason. GL-3085(09/11) -2- Item 9. of SECTION IV-COMMERCIAL GENERAL UAE31U Y CONDI-IIONS, is deleted and replaced with the following: 9. V*E N ME DO NOT RENEW a If we choose to nonrenew this policy, we will mil or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 60 days before the expiration date. b. If we do not give notice of our intent to nonrenew as prescribed in a above, it is agreed that you may extend the period of this policy for a maximum additional sixty(60) days from its scheduled expiration date. Where not otherwise prohibited by law, the existing temps, conditions and rates will remain in effect during that extension period. It is further agreed that so long as it is not otherwise prohibited by law, this one time sixty day extension is the sole remedy and liquidated damages available to the insured as a result of our failure to give the notice as prescribed in 9.a above. E UNINTENTIONAL FAILLE TO DISCLOSE HAZARDS Although we relied on your representations as to existing and past hazards, if unintentionally you should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. F. BROADENED MOBILE EQUIPMENT Item 12b. of SECTION V-DEFINITIONS , is deleted and replaced with the following: 12b. Vehicles maintained for use solely on or next to premises, sites or locations you own, rent or occupy. Q PERSONAL AND ADVERTISING INJURY-CONTRACTUAL COVERAGE Exclusion 2e. of SECTION I,COVERAGE B is deleted. FL NOINEIVIPLOYMIM DISCRIMNAMON Unless"personal and advertising injury' is excluded from this policy: Item 14. of SECTION V-DEFINITIONS , is amended to include: Personal and advertising injury also means embarrassment or humiliation, mental or emotional distress, physical illness, physical i rment, loss of earning g capacity or monetary loss, which is caused by"discrimination." SECTION V-DEFINITIONS , is amended to include: "Dscrimination" means the unlawful treatment of individuals based on race, color,ethnic origin, age, gender or religion. Item 2 Exclusions of SECTION I,COVERAGE B , is amended to include: "Personal and advertising injury" arising out of "discrimination" directly or indirectly related to the past employment, employment or prospective employment of any person or class of persons by any insured; "Personal and advertising injury' arising out of "discrimination" by or at your, your agents or your "employees"direction or with your, your agents or your"employees"knowledge or consent; GL-3085(09✓11) -3- "Personal and advertising injury' arising out of "discrimination" directly or indirectly related to the sale, rental, lease or sub-lease or prospective sale, rental, lease or sub-lease of any dwelling, permanent lodging or premises by or at the direction of any insured; or Fines, penalties, specific performance or injunctions levied or imposed by a governmental entity, or governmental code, law, or statute because of"discrimination." I. LIQUOR LIABILITY Exclusion 2.c. of SECTION I,COVERAGE A , is deleted. J. BROADENED CONDITIONS Items Za. and 2.b. of SECTION IV- COMMERCIAL GENERAL LIABILITY CONDMONS, are deleted and replaced with the following: 2. Duties In The Event Of Occurrence,Offense,Claim Or Suit: a You must see to it that we are notified of an"occurrence" or an offense which may result in a dam as soon as practicable after the "occurrence" has been reported to you, one of your officers or an"employee"designated to give notice to us. Notice should include: (1) How, when and where the"occurrence"or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. If a claim is made or"suit"is brought against any insured,you mist: (1) Record the specifics of the claim or"suit" and the date received as soon as you, one of your officers,or an"employee"designated to record such information is notified of it;and (2) Notify us in writing as soon as practicable after you, one of your officers, your legal department or an "employee" you designate to give us such notice learns of the claims or"suit." Item 2e. is added to SECTION IV-COMMERCIAL GENERAL LIABILITY CONDITIONS 2.e. If you report an "occurrence" to your workers compensation insurer which develops into a liability claim for which coverage is provided by the Coverage Form failure to report such "occurrence" to us at the time of "occurrence" shall not be deemed in violation of paragraphs 2.a, 2.bL, and 2.c. However, you shall give written notice of this "occurrerce" to us as soon as you are made aware of the fact that this "occurrence" may be a liability claim rather than a workers compensation claim K AUTOMATIC ADDMONAL INSUREDS-EQURVIENT LEASES SECTION II - WHO IS AN INSURED is amended to include any person or organization with whom you agree in a written equipment lease or rental agreement to name as an additional insured with respect to liability for"bodily injury', "property damage" or"personal and advertising injury' caused, at least in part, by your maintenar-ce, operation, or use by you of the equipment leased to you by such person or organization, subject to the following additional exclusions. The insurance provided to the additional insured does not apply to: 1. "Bodily injury'or"property damage"occurring after you cease leasing the equipment. C-L-3085(09/11) -4- 2 "Bodily injury'or"property damage"arising out of the sole negligence of the additional insured. 3. "Property damage"to: a Property owned, used or occupied by or rented to the additional insured;or b. Property in the care, custody or control of the additional insured or over which the additional insured is for any purpose exercising physical control. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. L INSURED CONTRACT EXTENSION-RAILROAD PROPERTY AND CONSTRUCTION CONTRACTS Item 9. of SECTION V-DEFIWnONS , is deleted and replaced with the following. 9. "Insured Contract"means: a A contract for a lease of premises. However, that potion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract". b. A sidetrack agreement; a Any easement or license agreement; d An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality, e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under Mich you assume the tort liability of another party to pay for "bodily injury' or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f.does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications;or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insureds rendering or failure to render professional services, inducing those listed in (1)above and supervisory, inspection, architectural or engineering activities. Ci-3085(09/11) -5- M CONSTRUCTION PROJECT GENERAL AGGREGATE LINTS This modifies SECTION III-LINTS OF INSURANCE . A For all sums which can be attributed only to ongoing operations at a single construction project for Mich the insured becomes legally obligated to pay as damages caused by an"occurrence" under SECTION I-COVERAGE A and for all medical expenses caused by accidents under SECTION -COVERAGE C: 1. A separate Construction Project General Aggregate Limit applies to each construction project, and that lirnnit is equal to the amount of the General Aggregate Limit shown in the Dedarations. 2 The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury or "property damage" inducted in the "products-completed operations hazard," and for medical expenses under COVERAGE C regardless of the number of: a Insureds; b. Claims made or"suits"brought;or a Persons or organizations making daims or bringing"suits." 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction proect. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical E)pense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. B. For all sums which cannot be attributed only to ongoing operations at a single construction prgect for which the insured becomes legally obligated to pay as damages caused by an "occurrence" under SECTION I - COVERAGE A, and for all medical expenses caused by accidents under SECTION I-COVERAGE C : 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Cahhpleted Operations Aggregate Limit,whichever is applicable; and 2 Such payments shall not reduce any Constwction Prqect General Aggregate Lint. C. Payments for damages because of "bodily injury' or"property damage" included in the"products- completed operations hazard" will reduce the Products-Completed Operations Aggregate Lirnit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If a construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E The provisions of SECTION III - L IMTS OF INSURANCE not otherwise modified by this endorsement shall continue to be applicable. N. FELLOW EW3LOYEE COVERAGE GL-3085(09/11) -6- Exclusion Ze. Employers Liability of SECTION I, COVERAGE A, is deleted and replaced with the following: 2e. "Bodily injury'to (1) An"employee"of the insured arising out of and in the course of: (a) Employment by the insured; or (b) Performing duties related to the conduct of the insureds business;or (2) The spouse, child, parent, brother or sister of that"employee"as a consequence of paragraph (1)above. This exclusion applies: (1) Whether the insured may be liable as an employer or in any other capacity, and (2) To any obligation to share damages with or repay someone else who mist pay damages because of the injury. This exclusion does not apply to: (1) Liability assumed by the insured under an"insured contract";or (2) Liability arising from any action or omission of a co-"employee" while that co-"employee" is either in the course of his or her employment or performing duties related to the conduct of your business. Item 2.a(1xa) of SECTION II-VMiO IS AN INSURED , is deleted and replaced with the following: Za.(1xa) To you, to your partners or members (if you are a partnership or joint venture) or to your members (if you are a limited liability company), or to your "volunteer workers" while performing duties related to the conduct of your business. O. PROPERTY DAMAGE TO THE NAMED INSUREDS MKW Exclusion I of SECTION I,COVERAGE A . is deleted and replaced with the following: I. Damage to Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products completed operation hazard." This exclusion applies only to that portion of any loss in excess of$50,000 per occurrence if the damaged work and the work out of which the damage arises was performed by you. This exclusion does not apply if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. P. CARE,CUSTODY OR CONTROL Exclusion 2.jA of SECTION I,COVERAGE A is deleted and replaced with the following: 2j.4 Personal property in the care, custody or control of the insured. F bwever,for personal property in the care, custody or control of you or your "employees," this exclusion applies only to that portion of any loss in excess of$25,000 per occurrence,subject to the following terms and conditions; GL-3085(09✓11) -7- (a) The most that we will pay under this provision as an annual aggregate is $100,000, regardless of the number of occurrences. (b) This provision does not apply to "employee" owned property or any property that is missing Mere there is not physical evidence to show what happened to the property. (c) The aggregate limit for this coverage provision is part of the General Aggregate Limit and SECTION III-LIMTS OF INSURANCE is changed accordingly. (d) In the event of damage to or destruction of property covered by this exception, you shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto, at actual cost to you, exclusive of prospective profit or overhead charges of any nature. (e) $2,500 shall be deducted from the total amount of all sums you became obligated to pay as damages on account of damage to or destruction of all property of each person or organization, including the loss of use of that property, as a result of each "occurrence." Our limit of liability under the endorsement as being applicable to each "occurrence" shall be reduced by the amount of the deductible indicated above; however, our aggregate limit of liability under this provision shall not be reduced by the amaxrt of such deductible. The conditions of the policy, including those with respect to duties in the event of "occurrence," claims or "suit" apply irrespective of the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. Q ELECTRONIC DATA LIABILITY COVERAGE 1. Exclusion 2.p. Electronic Data of SECTION I, COVERAGE A, is deleted and replaced with the following: 2p. Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate"electronic data"that does not result from physical injury to tangible property. 2 The following definition is added to SECTION V—DEFINIMONS: "Bectronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD RCMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 3. For the purposes of this coverage, the definition of "property damage" in SECTION V — DEFINITIONS is replaced by the following: "Property damagd'means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical iryury that caused it; bL Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the"occurrence"that caused it;or c. Loss of, loss of use of, damage to, comption of, inability to access, or inability to properly manipulate "electronic data", resulting from physical injury to tangible property.All such loss of"electronic data"shall be deemed to occur at the time of the"occurrence"that caused it. For the purposes of this insurance, "electronic data"is not tangible property. GL-3085(09/11) -8- R CONSOLIDATED INSURANCE PROGRAM RESIDUAL UAENUTy COVERAGE 1Mth respect to"bodily injury', "property damage", or`personal and advertising injury'arising out of your ongoing operations; or operations included within the"products-completed operations hazard',the policy to which this coverage is attached shall apply as excess insurance over coverage available to `you' under a Consolidated Insurance Program (such as an Owner Controlled Insurance Program or Contractors Controlled Insurance Program). Coverage afforded by this endorsement does not apply to any Consolidated Insurance Program involving a "residential project' or any deductible or insured retention, specified in the Consolidated Insurance Program The following is added to Section V—Definitions "Residential project' means any project where 30% or more of the total square foot area of the structures on the project is used or is intended to be used for human residency. This includes but is not limited to single or multifarrily housing, apartments, condoniniurrs, townhouses, co-operatives or planned unit developments and appurtenant structures (including pools, hot tubs, detached garages, guest houses or any similar structures). A`residential project' does not include military owned housing, college/university owned housing or dom7tories, long term care facilities, hotels, motels, hospitals or prisons. All other terms, provisions, exclusions and limitations of this policy apply. S. AUTOMATIC ADDITIONAL INSUREDS-MANAGERS OR LESSORS OR PREMISES SECTION II—WHO IS AN INSURED is amended to include: Any person or organization with whom you agree in a written contract or written agreement to name as an additional insured but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises, designated in the written contract or written agreement, that is leased to you and sutcject to the following additional exclusions: This insurance does not apply to: 1. Any"occurrence"which takes place after you cease to be a tenant in that premises. 2 Shdural alterations, new construction or demolition operations performed by or on behalf of the additional insured listed in the written contract or written agreement. This insurance is excess of all other insurance available to the additional insured,whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. T. AUTOMATIC ADDITIONAL INSUREDS — STATE OR GOVEFMENTAL AGENCY OR POLITICAL SUBDIVISIONS—PERNITS OR AUTHORIZATIONS SECTION II — WHO IS AN INSURED is amended to include any state or governmental agency or subdivision or political subdivision with whom you are required by written contract, ordinance, law or building code to name as an additional insured subject to the following provisions: This insurance applies only with respect to operations performed by you or on your behalf for which the state or govemmental agency or subdivision or political subdivision has issued a permit or authorization. GL-3085(09/11) -9- This insurance does not apply to: 1. 'Bodily injury', "property damage" or "personal and advertising injury' arising out of operations performed for the federal government,state or munidpality, or 2 "Bodily injury'or"property damage"induded within the"products-completed operations hazard". This insurance is excess of all other insurance available to the additional insured,whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. U. CONTRACTOR'S AUTOMATIC ADDITIONAL INSURED COVERAGE—COMPLETED OPERATIONS SECTION II — WHO IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy for completed operations, but only with respect to liability for"bodily injury'or''property damage"caused, in whole or in part, by "your world' at the project designated in the contract, performed for that additional insured and inducted in the"products-oorrpleted operations hazard". This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. V. ADDITIONAL INSURED—ENGINE YIIS,ARCHRECTS OR SURVEYORS SECTION II — WHO IS AN INSURED is amended to include as an additional insured any architect, engineer or surveyor who is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury' caused, in whole or in part, by. 1. Your ads or omissions;or 2. The ads or omissions of those acting on your behalf; in the perfomiance of your ongoing operations performed by you or on your behalf. This includes such architect, engineer or surveyor, who may not be engaged by you, but is contractually required to be added as an additional insured to your policy. With respect to the insurance afforded to these additional insureds, the following additional exdusion applies: This insurance does not apply to "bodily injury', "property damage" or "personal and advertising injury' arising out of the rendering of or the failure to render any professional services, including: 1. The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys,change orders, designs or specifications;or 2 Supervisory, inspection or engineering services. GL-3085(09/11) -10- This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Narned Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contdbutory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. Ci-3085(09/11) -11- This page has been left blank intentionally. THS ENDORSEMENT CHANGES THE POLICY. PRASE READ TT CAREFULLY. EXTENDED LIABILITY COVERAGE This endorsement modifies insurance provided under the following: CONIVERCIAL GENERAL LIABILITY COVERAGE FORM It is agreed that the provisions listed below apply only upon the entry of an OX in the box next to the caption of such provision. A OX Broad Form Named Insured F. 0 Chartered Aircraft B. F 7X Bodily Injury Extension G. FX- Coverage Territory Broadened C. FX Employee As Insureds-Health Care Services H. F-X J Medical Payments- Increased Limits D. ❑X Non-Cwned Watercraft Liability I. 0 Expanded Expected or Intended Exception E LX f Liberalization J. U Property Perils Legal Liability K FX Broadened Supplementary Payments A BROAD FORM WED INSURED SECTION II-WHO IS AN INSURED , Paragraph 3 is deleted and replaced by the following: 3. Any organization you newly acquire or form, except for a partnership, joint venture or limited liability company, and over which you maintain majority ownership or interest (51%or more) or for which you have assumed the active management, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a Coverage under this provision is afforded only until the end of the policy period or the 12- month anniversary of the policy inception date,whichever is earlier; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; C. Coverage B does not apply to"personal and advertising injury' arising out of an offense corrrntted before you acquired or formed the organization. R BODILY INJURY EXTENSION SECTION V-DERWONS , Paragraph 3, is deleted and replaced by the following: 3. "Bodily injury' means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these, at any time. Mental anguish means any type of mental or emotional illness or disease. Q EMPLOYEES AS INSUREDS-HEALTH CARE SER ICES SECTION II-VVHO IS AN INSURED , Item 2-a(1xd) is deleted. GL-2784(09/11) -1- D. NON-OV NED WATERCRAFT LIABILITY SECTION I-COVERAGES,COVERAGE A,2 EM-LISIONS , Item g.(2) is replaced with: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge. E LIBERALIZATION SECT10N IV-CONDMONS , is amended to include: 10. Liberalization If we adopt a change in our forms or rules which would broaden the coverage of this policy without an additional premium charge, the broader coverage will apply. This extension is effective upon the approval of such broader coverage in your state of domicile. F. CHARTERED AIRCRAFT SECTION I-COVERAGES ,Coverage A, Exclusions, Item 2g.(6) is added: (6) An aircraft in which you have no ownership interest and that you have chartered with crew. G` COVERAGE I ERMTORY BROADENED SECTION V-DEFINRIONS , Item 4.a is replaced with: a The United States of America (including its territories and possessions), Canada, Bermuda, the Bahamas,the Cayman Islands, British Virgin Islands and Puerto Roo. R MEDICAL PAYMENTS-INCREASED LIMTS Unless COVERAGE C.-MEDICAL PAYNEMS is excluded from this policy: SECTION I-COVERAGES , Coverage C, Insuring Agreement , Item c. is added: c. The medical expense limit provided by this policy shall be the greater of: (1) $10,000; or (2) The amount shown in the declarations. I. EXPANDED EXPECTED or INS EXCEPTION SECTION I-COVERAGES ,2 Exclusions Item a is amended as follows: a Expected or Intended Injury - "bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage"resulting from the use of reasonable force to protect persons or property. GL-2784(09/11) -2- J. PRUPE?:(TY PERILS LEGAL LIABILITY A SECTION I - COVERAGES, COVERAGE A, 2 Exclusions, the last paragraph following exclusion % is replaced with: Exclusion c. through n., do not apply to damage by fire, explosion, smoke, water damage, sprinkler leakage, or lightning to premises while rented to you or temporarily occupied by you with the permission of the owner. A separate limit of insurance applies to this coverage as described in SECTION III-LIMITS OF INSURANCE . B. SECTION III-LIMITS OF INSURANCE , Item 6. is replaced with: 6 Subject to 5. above, the Damage to Premises Rented to You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises Mile rented to you, or in the case of damages by fire, explosion, smoke, water damage, sprinkler leakage or lightning, while rented to you or temporarily occupied by you with the permssion of the owner, arising out of any one fire, explosion, smoke, water damage, sprinkler leakage or lightning incident. The Damage to Premises Rented to You Limit provided by this policy shall be the greater of: 1. $300,000 or 2. The amount shown in the declarations. C. SECTION IV - COMVIERCIAL GENERAL UABIUTY CONDMONS, Item 4.b.(1xa)(ii) is replaced with: (ii) That is fire, explosion, smoke, water damage, sprinkler leakage or lightning insurance for premises while rented to you or temporarily occupied by you with the permission of the owner. D. SECTION V-DERWONS , Item 9.a is replaced with: a A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, explosion, smoke, water damage, sprinkler leakage or lightning to premises while rented to you or temporarily occupied by you with the permission of the owner is not an"insured contract." K BROADENED SURPLENENTARY PAYMENTS SECTION I - COVERAGES, SUPP1.1 MENE TARY PAWAMS - Coverages A and B, Item 1.b. and 1.d are replaced with: 1.b. The cost of bail bonds required because of accidents or traffic law vitiations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 1.d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit," including actual loss of earnings up to$500 a day because of time off from work GL-2784(09/11) -3- This page has been left blank intentionally. KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU 1 REMENTS ..................................... 1-1 1-01 Definitions and Terms...................................................... 1-1 1 -02 Bid Procedures and Conditions.......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1 -04 Scope of the Work .......................................................... 1 -5 1 -05 Control of Work .............................................................. 1-7 1 -06 Control of Material .......................................................... 1 -14 1 -07 Legal Relations and Responsibilities to the Public................. 1-17 1-08 Prosecution and Progress ................................................. 1-23 1 -09 Measurement and Payment .............................................. 1 -27 1-10 Temporary Traffic Control ................................................ 1 -28 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions............................. 2-1 2-03 Roadway Excavation and Embankment .............................. 2-3 2-06 Subgrade Preparation...................................................... 2-3 2-07 Watering ....................................................................... 2-4 2-12 Construction Geosynthetic................................................ 2-5 DIVISION4 BASES.................................................................... 4-1 4-04 Ballast and Crushed Surfacing .......................................... 4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-02 Bituminous Surface Treatment.......................................... 5-1 5-04 Hot Mix Asphalt .............................................................. 5-1 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration....................................................... 8-8 8-04 Curbs, Gutters, and Spillways........................................... 8-9 8-09 Raised Pavement Markers ................................................ 8-9 8-14 Cement Concrete Sidewalks ............................................. 8-10 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical............................... 8-12 8-22 Pavement Marking .......................................................... 8-13 8-23 Temporary Pavement Markings......................................... 8-14 8-28 Pothole Utilities .............................................................. 8-15 8-32 Undergrounding of Electrical Facilities ................................ 8-15 DIVISION 9 MATERIALS............................................................ 9-1 9-03 Aggregates .................................................................... 9-1 9-14 Erosion Control and Roadside Planting ............................... 9-1 9-29 Illumination, Signal, Electrical........................................... 9-5 Willis & 41' Roundabout Joint Utility Trench/Leyrer August 12, 2019 Project Number: 18-3020 KENT SPEC I AL PROV 1 S I ONS TABLE OF CONTENTS PAGE KENTSTANDARD PLANS ................................................................. A-1 WSDOTSTANDARD PLANS.............................................................. A-2 PSEPLANS...................................................................................... A-3 COMCASTPLANS............................................................................. A-4 TRAFF I C CONTROL PLANS .............................................................. A-5 PERMITS......................................................................................... A-6 PREVA I L I NG WAGE RATES.............................................................. A-7 Willis & 4"' Roundabout Joint Utility Trench/Leyrer August 12, 2019 Project Number: 18-3020 KENT SPECIAL PROVISIONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2018 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEF I N I T I ONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01 ," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons N I C Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and Willis & 41h Roundabout Joint Utility Trench/Leyrer 1 - 1 August 12, 2019 Project Number: 18-3020 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1 . Standard Plans (M21 -01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02. 1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the Willis & 4`h Roundabout Joint Utility Trench/Leyrer 1 - 2 August 12, 2019 Project Number: 18-3020 contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and specifications. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project by downloading at no charge at KentWA.gov/doing-business/bids-procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder's or the City's technology. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Willis & 4`h Roundabout Joint Utility Trench/Leyrer 1 - 3 August 12, 2019 Project Number: 18-3020 Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02. 11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02. 14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: Willis & 41' Roundabout Joint Utility Trench/Leyrer 1 - 4 August 12, 2019 Project Number: 18-3020 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "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. 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1 (2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to Willis & 4`h Roundabout Joint Utility Trench/Leyrer 1 - 5 August 12, 2019 Project Number: 18-3020 perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). 1-04.4 Changes SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1 -04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Willis & 4`h Roundabout Joint Utility Trench/Leyrer 1 - 6 August 12, 2019 Project Number: 18-3020 Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor's use. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), it is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary rights of entry, permits and approvals needed to use the property as the Contractor intends. Upon vacating the private property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04. 11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. Willis & 41' Roundabout Joint Utility Trench/Leyrer 1 - 7 August 12, 2019 Project Number: 18-3020 1-05.4 Conformity With and Deviations From Plans and Stakes SECTION 1-05.4 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER PARAGRAPH 7: To the extent a conflict exists between the requirements of WSDOT Section 1 -05.4 and Kent Special Provision Section 1 -05.5, the requirements of KSP Section 1 -05.5 will prevail. DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.5 City Provided Construction Staking 1-05.5(1) General As used in this Section 1-05.5, the words, "stake," "mark," "marker," or "monument" will be deemed to include any kind of survey marking, whether or not set by the City. The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.5(2) through 1-05.5(6) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.5(6) of the Kent Special Provisions). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.5. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a Willis & 41h Roundabout Joint Utility Trench/Leyrer 1 - 8 August 12, 2019 Project Number: 18-3020 rate of $270/hour 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/hour for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement Willis & 4`h Roundabout Joint Utility Trench/Leyrer 1 - 9 August 12, 2019 Project Number: 18-3020 of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.5(5) Staking Services Work requests must be made at least 3 working days in advance of the required 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 Willis & 4`h Roundabout Joint Utility Trench/Leyrer 1 - 10 August 12, 2019 Project Number: 18-3020 stations will be set at an appropriate offset to centerline not less than 25-foot stations. 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50-foot stations as required. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults,junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults, junction boxes, and conduits will be provided at an additional expense to the Contractor. When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $270/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-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. Willis & 4`h Roundabout Joint Utility Trench/Leyrer 1 - 1 1 August 12, 2019 Project Number: 18-3020 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECT/ON 1-05.9 /S SUPPLEMENTED BY ADDING THE FOLLOWING NEW SUBSECTION: 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore, when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Willis & 4`h Roundabout Joint Utility Trench/Leyrer 1 - 12 August 12, 2019 Project Number: 18-3020 Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.1 O Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05. 13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. Willis & 41h Roundabout Joint Utility Trench/Leyrer 1 - 13 August 12, 2019 Project Number: 18-3020 SECTION 1-05. 13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2018 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor's qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05 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 necessary for the performance of the work. The City will make water necessary for the performance of the work available to the Contractor from the City water system. All water shall be drawn from a City of Kent owned hydrant. The exact hydrant to be used will be determined by the City at the pre-construction meeting. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures Willis & 41' Roundabout Joint Utility Trench/Leyrer 1 - 14 August 12, 2019 Project Number: 18-3020 All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1 . Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1 , 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1 A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08,0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. Willis & 4`h Roundabout Joint Utility Trench/Leyrer 1 - 15 August 12, 2019 Project Number: 18-3020 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1 . Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 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 Willis & 4"' Roundabout Joint Utility Trench/Leyrer 1 - 16 August 12, 2019 Project Number: 18-3020 required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1 -07.2(2) in the proposal bid items. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: WSDOT General Permit SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: Willis & 41h Roundabout Joint Utility Trench/Leyrer 1 - 17 August 12, 2019 Project Number: 18-3020 A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. SECTION 1-07.9(3) IS DELETED AND REPLACED WITH THE FOLLOWING: FOLLOWING: 1-07.9(3) Apprentices All contracts with an estimated construction cost greater than $1 ,000,000 (one million dollars) shall require that no less than 15 percent of the labor hours performed by workers subject to prevailing wages employed by the contractor or its subcontractors be performed by apprentices enrolled in a state-approved apprenticeship program. Definitions For the purposes of this specification, the following definitions apply: 1 . Apprentice Utilization Requirement is expressed as a percentage of the project Labor Hours performed by Apprentices. 2. Labor Hours are the total hours performed by all workers receiving an hourly wage who are directly employed on the project site including hours performed by workers employed by the prime Contractor and all Subcontractors. Labor Hours do not include hours performed by foremen, superintendents, owners, and workers who are not subject to prevailing wage requirements. 3. Apprentice is a person enrolled in a State-approved Apprenticeship Training Program. 4. State-approved Apprenticeship Training Program is an apprenticeship training program approved by the Washington State Apprenticeship Council. S. Good Faith Effort is a demonstration that the Contractor has strived to meet the Apprenticeship Utilization Requirement including but not necessarily limited to the specific steps as described elsewhere in this specification. Willis & 4`h Roundabout Joint Utility Trench/Leyrer 1 - 18 August 12, 2019 Project Number: 18-3020 Plan The Contractor shall submit an "Apprentice Utilization Plan" within 30 calendar days of Notice of Award, demonstrating how they intend to achieve the Apprentice Utilization Requirement. The plan shall be updated and resubmitted as appropriate as the Work progresses. The intent is to provide the City with enough information to track progress in meeting the utilization requirements. Reporting The Contractor shall submit a "Monthly Apprentice Reporting Form" on a monthly basis. The report shall be submitted to the City by the last working day of the subsequent month, until the Physical Completion Date. The date reported shall be cumulative to date and consolidated to include the Contractor and all Subcontractors. At the Contractor's request, the Engineer may suspend this reporting requirement during periods of minimal or no applicable work activities on the project. The Contractor shall submit documentation of their Good Faith Effort if: (1) they are unable to provide a plan demonstrating how they intend to meet the Apprentice Utilization Requirement; or (2) the project has been completed without meeting the Apprentice Utilization Requirement. Contacts The Contractor may obtain information on State-approved Apprenticeship Training Programs by contacting the Department of Labor and Industries at: Specialty Compliance Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. Compliance In the event that the Contractor is unable to accomplish the Apprentice Utilization Requirement, the Contractor shall demonstrate that a Good Faith Effort has been made as described within this specification. Failure to comply with the requirements as specified is subject to penalties for noncompliance as set forth in KCC 6.01 .030(E). Good Faith Efforts In fulfilling the Good Faith Effort, the Contractor shall perform and, when appropriate, require its Subcontractors to perform the following steps: 1 . Solicit Apprentice(s) from State-approved Apprenticeship Training Program(s). 2. Document the solicitation and, in the event Apprentice(s) are not available, obtain supporting documentation from the solicited program(s). 3. Demonstrate that the plan was updated as required within this specification. 4. Provide documentation demonstrating what efforts the Contractor has taken to require Subcontractors to solicit and employ Apprentice(s). Willis & 4`" Roundabout Joint Utility Trench/Leyrer 1 - 19 August 12, 2019 Project Number: 18-3020 In the event that the preceding steps have been followed, the Contractor may also supplement the Good Faith Efforts documentation with the following documentation: 5. Submit documentation demonstrating successful Apprentice utilization on previous contracts. 6. Submit documentation indicating company-wide Apprentice utilization efforts and percentages of attainment. Payment Compensation for all costs involved with complying with the conditions of this specification is included in payment for the associated Contract items of work. 1-07.13 Contractor's Responsibility for Work SECTION 1-07. 13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07. 14 IS REVISED BY ADDING THE FOLLOWING TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1-07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 1-07.15 Temporary Water Pollution Prevention SECTION 1-07. 15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07. 17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities Willis & 4`h Roundabout Joint Utility Trench/Leyrer 1 - 20 August 12, 2019 Project Number: 18-3020 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. Willis & 4"' Roundabout Joint Utility Trench/Leyrer 1 - 21 August 12, 2019 Project Number: 18-3020 Centuryl-ink Comcast Gabrielle Skorupa Jerry Steele 206-305-4395 253-288-7532 206-391-1763 (cell) Puget Sound Energy Gas Puget Sound Energy Power Glenn Helton Hong Nguyen 253-395-6926 425-449-6609 (cell) 425-559-4647 (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 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. Willis & 4"' Roundabout Joint Utility Trench/Leyrer 1 - 22 August 12, 2019 Project Number: 18-3020 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1 . A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in Willis & 41h Roundabout Joint Utility Trench/Leyrer 1 - 23 August 12, 2019 Project Number: 18-3020 writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m, and 6:00 p.m, is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. Willis & 4`h Roundabout Joint Utility Trench/Leyrer 1 - 24 August 12, 2019 Project Number: 18-3020 Traffic control lane closures on SR 516 (Willis Street) and 41h Avenue S north of SR 516 are only allowed between the hours of 9:00 a.m. and 3:00 p.m., unless otherwise approved by the Engineer. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1 . Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. Willis & 41h Roundabout Joint Utility Trench/Leyrer 1 - 25 August 12, 2019 Project Number: 18-3020 SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. In any event, no protest will be allowed later than the date of the Contractor's signature on the Final Pay Estimate. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provided in Section 1-09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. Willis & 41' Roundabout Joint Utility Trench/Leyrer 1 - 26 August 12, 2019 Project Number: 18-3020 1-09 MEASUREMENT AND PAYMENT 1-09.9 Payments SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. 1-09.11 Disputes and Claims SECTION 1-09. 11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11 (3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor Willis & 4"' Roundabout Joint Utility Trench/Leyrer 1 - 27 August 12, 2019 Project Number: 18-3020 shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09. 13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1 -09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521 -0778 or206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 1-10.3 Traffic Control Labor, Procedures, and Devices 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: Willis & 41' Roundabout Joint Utility Trench/Leyrer 1 - 28 August 12, 2019 Project Number: 18-3020 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1 . Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1 -10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor." The unit contract price for "Uniformed Off-Duty Police Officer — Overtime or Holiday" per hour shall be full pay for each hour an off- duty City of Kent Police Officer performs traffic control duties. The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1 -10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1 . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. Willis & 4`h Roundabout Joint Utility Trench/Leyrer 1 - 29 August 12, 2019 Project Number: 18-3020 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1 . The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1 -07.23(1) of the WSDOT Standard Specifications. Willis & 4`h Roundabout Joint Utility Trench/Leyrer 1 - 30 August 12, 2019 Project Number: 18-3020 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1 . Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: Willis & 4`h Roundabout Joint Utility Trench/Leyrer 2 - 1 August 12, 2019 Project Number: 18-3020 The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: actual depth in inches (square yards) x 6 inches = quantity For example, if the Contractor encounters pavement to be removed which is 8 inches thick and 100 square yards then the quantity would be: 8 100' x 6 = 133 S.Y. No other compensation shall be allowed. The unit contract price per square yard for "Remove Existing Cement Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing concrete pavement from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the concrete pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: actual depth in inches (square yards) x 6 inches = quantity For example, if the Contractor encounters pavement to be removed which is 8 inches thick and 100 square yards then the quantity would be: 8 100' x 6 = 133 S.Y. No other compensation shall be allowed. The unit contract price per square yard for "Remove Cement Concrete Sidewalk" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Cement Concrete Curb and Gutter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. "Saw Cut Existing Asphalt Concrete Pavement" "Saw Cut Existing Cement Concrete Pavement" The unit price contract price per lineal foot for the above items constitutes complete compensation for all materials, labor and Willis & 41h Roundabout Joint Utility Trench/Leyrer 2 - 2 August 12, 2019 Project Number: 18-3020 equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: actual depth in inches (length) x 6 inches = quantity For example, if the Contractor encounters pavement to be saw cut which is 8 inches thick and 100 linear feet then the quantity would be: 8 length x 6 = 133 LF. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements SECT/ON 2-03.3(7)C /S 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. SECT/ON 2-03.3(14)D /S SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. 2-06 SUBGRADE PREPARATION 2-06.3 Construction Requirements Willis & 4"' Roundabout Joint Utility Trench/Leyrer 2 - 3 August 12, 2019 Project Number: 18-3020 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 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street 253-856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street 253-856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. Willis & 4`h Roundabout Joint Utility Trench/Leyrer 2 - 4 August 12, 2019 Project Number: 18-3020 2-12 CONSTRUCTION GEOSYNTHETIC SECT/ON 2-12. 1 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.1 Description This work shall consist of furnishing and installing non-woven geotextile fabric at the locations shown on the plans and described in the specifications. SECT/ON 2-12.2 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.2 Materials Non-woven geotextile fabric shall meet the material requirements of Section 9-33 of the WSDOT Standard Specifications for high survivability, separation and soil stabilization, and underground drainage for each geotextile use as specified on the plans or in the Kent Special Provisions. SECT/ON 2-12.3 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.3 Construction Requirements The Contractor shall take all necessary precautions to not tear or damage the fabric during installation. The fabric shall be laid down by hand. Folds or creases in the fabric shall be pulled flat. The fabric sides and ends shall be anchored or weighted sufficiently to prevent slouching. Joints or seams shall be overlapped a minimum of two (2) feet. SECT/ON 2-12.4 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.4 Measurement Non-woven geotextile fabric shall be measured per square yard of materials placed. SECT/ON 2-12.5 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.5 Payment The unit contract price per square yard for "Geotextile Fabric, Non- Woven" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install the fabric at the locations shown on the plans and described in the specifications. Willis & 4'h Roundabout Joint Utility Trench/Leyrer 2 - 5 August 12, 2019 Project Number: 18-3020 DIVISION 4 -BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment The unit contract price per ton for "Crushed Surfacing Top Course, 5/8 Inch Minus" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. The unit contract price per ton for "Permeable Ballast for Vaults" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the permeable ballast as required for vault installation. The unit contract price per ton for "Foundation Material, Class I and I I" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and place foundation material, including but not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. Willis & 41h Roundabout Joint Utility Trench/Leyrer 4 - 1 August 12, 2019 Project Number: 18-3020 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-02 BITUMINOUS SURFACE TREATMENT SECTION 5-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-02.5 Payment Anti-stripping additive shall be included in the price of asphalt (grade) per ton. The quantity of asphalt material shall not be reduced by the quantity of anti-stripping additive. 5-04 HOT M 1 X ASPHALT SECTION 5-04 IS DELETED AND REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: 5-04.1 Description 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: Portland Cement 9-01 Asphalt Binder 9-02.1 (4) Cationic Emulsified Asphalt 9-02.1 (6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Sand 9-03.1 (2) (As noted in 5-04.3(5)C for crack sealing) Aggregates 9-03.8 Willis & 41' Roundabout Joint Utility Trench/Leyrer 5 - 1 August 12, 2019 Project Number: 18-3020 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1 ,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01 . Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. ESAL's The minimum number of ESAL's for the design and acceptance of the HMA in the contract shall be 11 million. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), comply with each of the following: Willis & 41h Roundabout Joint Utility Trench/Leyrer 5 - 2 August 12, 2019 Project Number: 18-3020 • Develop the mix design in accordance with WSDOT SOP 732. • Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6). • Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. • Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including WSDOT Form 350-042. • Include representative samples of the materials that are to be used in the HMA production as part of the mix design submittal. • Identify the brand, type, and percentage of anti-stripping additive in the mix design submittal. • Include with the mix design submittal a certification from the asphalt binder supplier that the anti-stripping additive is compatible with the crude source and the formulation of asphalt binder proposed for use in the mix design. • Do not include warm mix asphalt (WMA) additives when developing a mix design or submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives is not part of the process for obtaining approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. The Contracting Agency's basis for approving, testing, and evaluating HMA mix designs for approval on the QPL is dependent on the contractual basis for acceptance of the HMA mixture, as shown in Table 1 . Table 1 Basis for Contracting Agency Evaluation of HMA Mix Designs for Approval on the QPL Contractual Basis for Basis for Contracting Contracting Agency Acceptance of HMA Agency Approval of Materials Testing for Mixture Mix Design for Evaluation of the Mix [see Section Placement on QPL Design 5-04.3(9)] Statistical Evaluation WSDOT Standard The Contracting Agency will Practice QC-8 test the mix design materials for compliance with Sections 9-03.8(2) and 9-03.8(6). Visual Evaluation Review of Form 350-042 The Contracting Agency may for compliance with elect to test the mix design Sections 9-03.8(2) and materials, or evaluate in 9-03.8(6) accordance with WSDOT Standard Practice QC-8, at its sole discretion. If the Contracting Agency approves the mix design, it will be listed on the QPL for 12 consecutive months. The Contracting Agency may extend the 12 month listing provided the Contractor submits a certification letter to the Qualified Products Engineer verifying that the aggregate source and job mix formula (JMF) gradation, and asphalt binder crude source and formulation have not changed. The Contractor may submit the certification no sooner than three months prior to Willis & 4t" Roundabout Joint Utility Trench/Leyrer 5 - 3 August 12, 2019 Project Number: 18-3020 expiration of the initial 12 month mix design approval. Within 7 calendar days of receipt of the Contractor's certification, the Contracting Agency will update the QPL. The maximum duration for approval of a mix design and listing on the QPL will be 24 months from the date of initial approval or as approved by the Engineer. 5-04.2(1)A Vacant 5-04.2(2) Mix Design — Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp and 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 Willis & 41h Roundabout Joint Utility Trench/Leyrer 5 - 4 August 12, 2019 Project Number: 18-3020 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 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) specified herein. 5-04.2(2)B Using Warm Mix Asphalt Processes 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 Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 315t 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. Willis & 41h Roundabout Joint Utility Trench/Leyrer 5 - 5 August 12, 2019 Project Number: 18-3020 Minimum Surface Temperature for Paving Compacted Thickness Wearing Course Other Courses (Feet) Less than 0.10 55-F 45-F 0.10 to 0.20 45-F 35-F More than 0.20 35-F 35-F 5-04.3(2) Paving Under Traffic 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. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. 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-O4.3(3)A Mixing Plant 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 Willis & 4"' Roundabout Joint Utility Trench/Leyrer 5 - 6 August 12, 2019 Project Number: 18-3020 to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 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 Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 450F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The Contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-O4.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. Willis & 4"' Roundabout Joint Utility Trench/Leyrer 5 - 7 August 12, 2019 Project Number: 18-3020 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. 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 A material transfer device or material transfer vehicle (MTD/V) to deliver the HMA from the hauling equipment to the paving machine is not required for joint utility trench pavement repair. Willis & 41h Roundabout Joint Utility Trench/Leyrer 5 - 8 August 12, 2019 Project Number: 18-3020 5-O4.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, 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 When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. Willis & 4`h Roundabout Joint Utility Trench/Leyrer 5 - 9 August 12, 2019 Project Number: 18-3020 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-1 h 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)C Pavement Repair 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. Willis & 4`h Roundabout Joint Utility Trench/Leyrer 5 - 10 August 12, 2019 Project Number: 18-3020 5-04.3(5) Producing/Stockpiling Aggregates and RAP 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. 5-O4.3(5)A Vacant 5-04.3(6) Mixing 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 25°F 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 Willis & 41h Roundabout Joint Utility Trench/Leyrer 5 - 11 August 12, 2019 Project Number: 18-3020 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: HMA Class 1" wearing course/final lift 0.17 feet other courses 0.35 feet HMA Class 3/4" and HMA Class 112" wearing course/final lift 0.17 feet other courses 0.25 feet HMA Class 3/8" 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 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 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 Willis & 4"' Roundabout Joint Utility Trench/Leyrer 5 - 12 August 12, 2019 Project Number: 18-3020 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 1 . Job Mix Formula Tolerances — The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2 Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non-Statistical Commercial Evaluation Evaluation 1 3/4 , '/2", and 3/8" sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1 -06.2(2)D2. 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. Willis & 4"' Roundabout Joint Utility Trench/Leyrer 5 - 13 August 12, 2019 Project Number: 18-3020 a. Aggregates —2 percent for the aggregate passing the 1112 1 ", 3�4", 112", 3/8", and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content — The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance — Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation — Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot 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 sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASHTO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Willis & 41h Roundabout Joint Utility Trench/Leyrer 5 - 14 August 12, 2019 Project Number: 18-3020 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-O4.3(9)C3 Mixture Nonstatistical Evaluation — Acceptance Testing Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731 . Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11 . 5-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: Table of Price Adjustment Factors Constituent Factor "T" All aggregate passing: 1 '/2", 1 ", 3/4", '/2", 3/8" and No.4 sieves 2 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 Willis & 41h Roundabout Joint Utility Trench/Leyrer 5 - 15 August 12, 2019 Project Number: 18-3020 Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1 .00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(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). 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original 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 the job 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 sublots 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. Willis & 41' Roundabout Joint Utility Trench/Leyrer 5 - 16 August 12, 2019 Project Number: 18-3020 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 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 LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. 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 may obtain the cores. Willis & 41' Roundabout Joint Utility Trench/Leyrer 5 - 17 August 12, 2019 Project Number: 18-3020 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 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. 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 Willis & 4"' Roundabout Joint Utility Trench/Leyrer 5 - 18 August 12, 2019 Project Number: 18-3020 approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. 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. 5-04.3(10)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. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction — Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. 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. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. 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. Willis & 4"' Roundabout Joint Utility Trench/Leyrer 5 - 19 August 12, 2019 Project Number: 18-3020 5-O4.3(1O)D2 HMA Compaction Nonstatistical Evaluation — Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-O4.3(1O)D3 HMA Nonstatistical Compaction — Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1 .00, however, lots with a calculated CPF in excess of 1 .00 will be used to offset lots with CPF values below 1 .00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1 .00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement Willis & 4`h Roundabout Joint Utility Trench/Leyrer 5 - 20 August 12, 2019 Project Number: 18-3020 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 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 PH for any constituent or the CPF of a lot in progress is less than 0.75. Willis & 41' Roundabout Joint Utility Trench/Leyrer 5 - 21 August 12, 2019 Project Number: 18-3020 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 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 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. 5-04.3(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 wedge joint 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 4H:IV, The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than 1/8 inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the Willis & 41' Roundabout Joint Utility Trench/Leyrer 5 - 22 August 12, 2019 Project Number: 18-3020 completed surface of the wearing course shall vary not more than '/4 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 planing plan must be approved by the Engineer and a pre planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing submittals. 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. 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 Willis & 4"' Roundabout Joint Utility Trench/Leyrer 5 - 23 August 12, 2019 Project Number: 18-3020 surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. 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 butt joints 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. 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 Willis & 4`h Roundabout Joint Utility Trench/Leyrer 5 - 24 August 12, 2019 Project Number: 18-3020 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. 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 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. Vacant d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-O4.3(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. Willis & 41h Roundabout Joint Utility Trench/Leyrer 5 - 25 August 12, 2019 Project Number: 18-3020 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 police 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 -10.2(2), detailing each day's traffic control as it relates to the specific requirements of that day's planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day's planing, and paving. 2. A copy of each intersection's traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of 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 coordination to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names,job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11 . Approximate times and days for starting and ending daily operations. 5-O4.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day's operations as they Willis & 4"' Roundabout Joint Utility Trench/Leyrer 5 - 26 August 12, 2019 Project Number: 18-3020 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 planing 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 planing, see Section 5-04.304)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving — additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type of 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 of 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. Willis & 4"' Roundabout Joint Utility Trench/Leyrer 5 - 27 August 12, 2019 Project Number: 18-3020 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 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 0 6) HMA Road Approaches 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) Vacant 5-04.4 Measurement HMA Class 1/2" PG 58V-22 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. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: The unit contract price per ton for "HMA Class 1/2", PG 58V-22" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing and installing HMA for final pavement restoration, including the cost for pre-leveling work, tack, and seal. The cost for anti-stripping additive and water shall be included in this bid item. 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 HMA used for temporary patching of pavement at the locations as specified herein and as directed by the Engineer. Willis & 41' Roundabout Joint Utility Trench/Leyrer 5 - 28 August 12, 2019 Project Number: 18-3020 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECT/ON 8-01. 1 /S 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. SECT/ON 8-01.2 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ....................................8-01 .3(2)B and 9-14.2 Fertilizer ...............................8-01 .3(2)B and 9-14.3 Mulch and Amendments ..........8-01 .3(2)D and 9-14.4 Tackifier ...............................8-01 .3(2)E and 9-14.4(7) 8-01.3 Construction Requirements SECT/ON 8-01.3(1) /S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The Contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. Willis & 4"' Roundabout Joint Utility Trench/Leyrer 8 - 1 August 12, 2019 Project Number: 18-3020 The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING: B-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. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: B-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 Willis & 41h Roundabout Joint Utility Trench/Leyrer 8 - 2 August 12, 2019 Project Number: 18-3020 4. Construction Stormwater General Permit — WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION B-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. 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 Willis & 41h Roundabout Joint Utility Trench/Leyrer 8 - 3 August 12, 2019 Project Number: 18-3020 agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical, must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1 . Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified in Section 9-14.2 of the Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Mix B shall be used exclusively for all seeded areas on this project. 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. Willis & 4`h Roundabout Joint Utility Trench/Leyrer 8 - 4 August 12, 2019 Project Number: 18-3020 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 B" Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8-01 .3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. 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. Willis & 4`h Roundabout Joint Utility Trench/Leyrer 8 - 5 August 12, 2019 Project Number: 18-3020 Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)E IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)E Soil Binders and Tacking Agents Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the WSDOT Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the WSDOT Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1 . Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. 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 Willis & 4"' Roundabout Joint Utility Trench/Leyrer 8 - 6 August 12, 2019 Project Number: 18-3020 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 SECT/ON 8-01.3(9)D /S SUPPLEMENTED BYADD/NG 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. SECT/ON 8-01.3 /S SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECT/ON: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECT/ON 8-01.5 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per acre for "Seeding, Fertilizing, and Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1 . All areas (except for planter areas that will be restored with sod) disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Other areas as directed by the Engineer. Willis & 4"' Roundabout Joint Utility Trench/Leyrer 8 - 7 August 12, 2019 Project Number: 18-3020 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 contract price per each for "Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit contract price per hour for "Street Cleaning" shall be full pay for furnishing all labor, materials, tools and equipment necessary to maintain a clean roadway for public access and no run off of potential pollutants into natural water bodies or the stormwater system. 8-02 ROADS I DE RESTORAT I ON SECTION 8-02. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, and Type B ........................ 9-14.1 (1), (2) Seed ....................................................... 9-14.2 Fertilizer.................................................. 9-14.3 Mulch and Amendments............................. 9-14.4 Wood Cellulose Fiber ................................. 9-14.4(2) Erosion Control Devices ............................. 9-14.5 Willis & 41' Roundabout Joint Utility Trench/Leyrer 8 - 8 August 12, 2019 Project Number: 18-3020 Water for Plants........................................ 9-25.2 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic yard for "Topsoil Type A" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. 8-04 CURBS, GUTTERS, AND SP I LLWAYS SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment The unit contract price per linear foot for "Cement Concrete Curb and Gutter" shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. 8-09 RAISED PAVEMENT MARKERS SECTION 8-09. 1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.1 Description This work shall consist of furnishing, and installing new pavement markers of the type specified in the plans upon the roadway surface in accordance with applicable Kent Standard Plans and/or WSDOT Standard Plans at locations shown in the Contract or as directed by the Engineer. Removal of existing pavement markers shall be included in the unit bid price for this item unless otherwise specified. Willis & 4`h Roundabout Joint Utility Trench/Leyrer 8 - 9 August 12, 2019 Project Number: 18-3020 Unless otherwise noted, pavement markings shall be installed in strict conformance to Kent Standard Plans 6-73M and/or 6-75M. 8-09.3 Construction Requirements SECTION 8-09.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.3(1) Preliminary Spotting The Engineer will provide control points at the locations and intervals determined necessary by the City to assist in preliminary spotting of the lines before the placement of raised pavement markers begins. The Contractor shall be responsible for preliminary spotting of the lines to be marked. Approval by the Engineer is required before the placement of raised pavement markers begins. Preliminary spotting to guide the placement of raised pavement markers is required for all longitudinal lines. Preliminary spotting for each lane of raised pavement markers shall be provided at transition points required by Kent Standard Plan 6-73, RPM Substitution Patterns. SECTION 8-09.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.3(2) Surface Preparation In removing raised pavement markers and plastic traffic buttons, the Contractor shall: 1 . Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Remove-all sand, or other waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. 8-14 CEMENT CONCRETE S I DEWALKS SECTION 8-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description This work shall also consist of constructing wheel chair ramps at all street intersections, curb return driveways, or other locations in accordance with these specifications and in reasonable close conformity Willis & 41' Roundabout Joint Utility Trench/Leyrer 8 - 10 August 12, 2019 Project Number: 18-3020 to the dimensions and cross-sections shown in the plans and to the lines and grades as staked by the Engineer. 8-14.3 Construction Requirements SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-14.3(3) Placing and Finishing Concrete The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. After troweling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a traverse direction with a stiff bristled broom. The curb face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Expansion and contraction joints shall be constructed as shown in the Standard plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full cross-section of the sidewalk with 3/8-inch premolded joint filler. Sidewalk ramps shall be of the type specified in the plans. The detectable warning pattern shall have the truncated dome shape shown in the Standard Plans and may be formed by either embossing the wet concrete, adding a manufactured material after the concrete has cured, or installing masonry or ceramic tiles. When masonry or ceramic tiles are used, the Contractor shall block out the detectable warning pattern area to the depth required for installation of the tiles and finish the construction of the concrete ramp. After the concrete has set and the forms have been removed, the Contractor shall install the tiles using standard masonry practices. The two-foot wide detectable warning pattern area on the ramp shall be yellow and shall match the color of "Standard Interstate Yellow" paint as specified in Formula K-2-83. Yellow masonry paint for precast curbs, Formula H-3-83, may be used for truncated dome patterns embossed into the concrete surface. SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.5 Payment Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the Proposal: The unit contract price per square yard for "Cement Concrete Sidewalk" constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk and wheelchair ramps as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalks and ramps that are Willis & 41h Roundabout Joint Utility Trench/Leyrer 8 - 11 August 12, 2019 Project Number: 18-3020 disturbed from sidewalk forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. Unit price shall also include all work necessary to discontinue sidewalk panels at locations of existing power poles. Contractor shall note that some power poles will need to remain in- place until completion of the electrical conversion. This bid item shall include all costs associated with discontinuing sidewalk at pole locations, remobilization after pole removal, and completion of sidewalk system. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8-20.3 Construction Requirements SECTION 8-20.3(5) IS REVISED AS FOLLOWS: 8-20.3(5) Conduit THE SECOND PARAGRAPH IS REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: The size of conduit used shall be that size shown in the plans. Conduits smaller than 2-inch electrical trade size shall not be used. No conduit run shall exceed 225 degree total bends in any run without prior approval of the Engineer. THE FOLLOWING PARAGRAPH IS ADDED AFTER THE SECOND PARAGRAPH: The Contractor shall install 1/4 inch diameter nylon pull rope in all conduit runs. A tracer wire terminating within *unction boxes shall be installed in all conduits intended for future use. The tracer wire shall be uninsulated #8 AWG stranded copper. SECTION 8-20.3(10) IS REVISED AS FOLLOWS: 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets THE LAST PARAGRAPH OF THIS SECTION IS DELETED IN ITS ENTIRETY. SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment The lump sum contract price for "Service Cabinet" shall be full pay for the construction of the complete service cabinet as shown in the Plans, Kent Standard Plan 6-96M, and as herein specified including but not limited to: excavation, backfilling, concrete foundation, conduit, service cabinet, making all required tests, and Labor and Industries electrical Willis & 41h Roundabout Joint Utility Trench/Leyrer 8 - 12 August 12, 2019 Project Number: 18-3020 inspection. All additional materials and labor, not shown in the plans or called for herein and which are required to complete the service cabinet, shall be included in the lump sum contract price. 8-22 PAVEMENT MARKING SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Material for pavement and curb markings shall be white or yellow paint as noted in the Proposal and Bid Item Descriptions. All paint, including the paint for the concrete curbs, shall be described in the Qualified Products List as "Temporary Pavement Marking Paint — Low VOC Solvent Based." Paint and sprayed material shall be applied with a top dressing of glass beads. All Paint shall comply with the specifications for no heat, instant dry pavement markings. Glass beads shall be AC-110 Highway Street Spheres, or pre-approved equal. Material for pavement markings shall be paint, plastic or Raised Pavement Markings (RPMs) as noted in the bid item. Paint and plastic shall be selected from materials listed in the Qualified Products list (QPL). Material for RPMs shall meet the requirements for Section 8-09.2. 8-22.3 Construction Requirements SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Willis & 41h Roundabout Joint Utility Trench/Leyrer 8 - 13 August 12, 2019 Project Number: 18-3020 Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120OF for a maximum of 10 minutes. The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8-09.3(1) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. 8-23 TEMPORARY PAVEMENT MARK I NGS 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 Willis & 4"' Roundabout Joint Utility Trench/Leyrer 8 - 14 August 12, 2019 Project Number: 18-3020 are damaged shall be repaired or replaced immediately. Edge lines shall be installed unless otherwise specified in the Contract. 8-28 POTHOLE UT I L I T I ES 8-28.1 Description This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt hot mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation, hauling, dewatering, backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement "Pothole Utilities" shall be measured per pothole work performed at the locations specifically shown on the plans to be paid under this bid item and any potholes directed by the Engineer that are not already shown on the plans as incidental to the joint utility trench bid items. 8-28.5 Payment Payment will be made in accordance with Section 1 -04.1 , for the following bid items when they are included in the Proposal: The contract price per each for "Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. 8-32 UNDERGROUNDING OF ELECTRICAL FACILITIES 8-32.1 Description Willis & 4"' Roundabout Joint Utility Trench/Leyrer 8 - 15 August 12, 2019 Project Number: 18-3020 The work to be performed shall consist of excavatingjoint trenches and installation of conduits and vaults as required for the installation of PSE, Comcast, and City of Kent facilities. 8-32.2 Materials PSE and Comcast conduits, elbows, bends, vaults, and handholes will be furnished by PSE and Comcast. All other materials shall be furnished by the Contractor. Backfill material for trench and vault excavations shall conform to the requirements of Crushed Surfacing Top Course, 5/8 Inch Minus per Section 9-03.9(3) of the WSDOT Standard Specifications. Sand for conduit bedding shall meet the requirements of Backfill for Sand Drains per Section 9-03.13 of the WSDOT Standard Specifications. Fluidized Thermal Backfill for conduit bedding shall meet the requirements of the Puget Sound Energy construction standards. 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. Contractor shall coordinate delivery of PSE and Comcast vaults and handholes with PSE and Comcast. The Contractor shall provide a secure area to store materials provided by the utility companies. All excavation and foundation preparation required for the installation of vaults and handholes shall be performed by the Contractor. All excavated material shall be disposed of at a Contractor provided waste site. 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 The Contractor shall coordinate delivery of PSE and Comcast conduits with PSE and Comcast. The Contractor shall provide a secure area to store materials provided by the utility companies. Willis & 4"' Roundabout Joint Utility Trench/Leyrer 8 - 16 August 12, 2019 Project Number: 18-3020 All excavation required for the installation of conduit shall be performed by the Contractor. The trenches shall not be excavated wider than necessary for the proper installation of the conduit. All excavated material shall be disposed of at a Contractor provided waste site. The trench shall be backfilled in conformance with the requirements of these Kent Special Provisions and WSDOT Standard Specifications. Typical trench details are shown on the plans. Install utility warning tapes as required. It shall be the Contractor's responsibility to coordinate the work with the serving utilities prior to and during construction, and the Contractor shall protect the owner against any and all damages arising therefrom. Prior to any excavation, the Contractor shall pothole all utility crossings shown on the drawings to field verify that the trenches and vaults can be installed per plan and profile shown on the drawings. Notify the Engineer immediately if any existing utility is in conflict with the trench alignment shown in plan and profile on the drawings. The Contractor is responsible for reviewing the PSE and Comcast drawings to determine the quantity and size of each PSE and Comcast conduit in the trench. Protect and support all exposed utilities and coordinate with PSE to support utility poles during excavation. Connect conduits to new and existing vaults, including all required bends and fittings. Cut and cap conduits as required to provide temporary and permanent terminations. Install PSE ground rods, ground plates, conduit risers and other electrical hardware as required by the plans and specifications. Proof conduits by blowing clean with compressed air and pulling a cleaning mandrel correctly sized for each conduit to ensure that no deformities are present in the conduit. The Contractor shall furnish and install 1/4" diameter nylon rope in all City conduit runs. Furnish and install rope in PSE and Comcast conduits as required by PSE and Comcast. The trench excavation will cut existing traffic signal vehicle detection loop wires. The City will install a vehicle detection camera for traffic signal operation. The Contractor shall notify the Engineer a minimum of five (5) working days prior to any trenching work that could damage traffic signal vehicle detection loop wires, so that the vehicle detection camera will be operational before any loop wires get cut. The Contractor shall complete all other work as required to provide a complete system as shown in the Plans and Specifications. Willis & 41' Roundabout Joint Utility Trench/Leyrer 8 - 17 August 12, 2019 Project Number: 18-3020 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 Utility Trench (3 Ft. Wide)" "Joint Utility Trench (2 Ft. Wide)" The unit contract price per linear foot for the above items constitutes complete compensation for 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 as shown on the plans, trench excavation, hauling, disposal, dewatering, cleanup and all other work necessary to complete the joint utility trench. Costs to coordinate with utilities to place their facilities in the trench and to obtain utility supplied materials shall be included in this bid item. Installation of conduits shall be paid for under separate bid items. "PSE — Vault Excavation and Installation (SW1)" "PSE — Vault Excavation and Installation (J01 , J02)" "PSE — Vault Excavation and Installation (1-101 , H02, H03)" "PSE — Vault Excavation and Installation (V02)" "Comcast — Vault Excavation and Installation" The unit contract price per each for the above items 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, dewatering, clean up, and all other work necessary to complete the vault excavation and installation. "PSE — Installation and Proofing of 6 Inch Diameter Conduit" "PSE — Installation and Proofing of 4 Inch Diameter Conduit" "PSE — Installation and Proofing of 3 Inch Diameter Conduit" "PSE — Installation and Proofing of 2 Inch Diameter Conduit" "Comcast — Installation and Proofing of 4 Inch Diameter Conduit" "Comcast — Installation and Proofing of 2 Inch Diameter Conduit" The unit contract price per linear foot for the above items shall constitute complete compensation for all labor, materials, tools, supplies, and equipment necessary to install the utility company supplied conduit as shown on the plans. The bid price includes but is not limited to: all costs associated with proofing the conduit and all other installation requirements necessary to complete the installation and proofing of PSE and Comcast conduits. The unit contract price per linear foot for "Supply and Install 2 Inch Diameter Sch 80 PVC Conduit" shall constitute complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install 2 Inch diameter schedule 80 PVC conduit for City of Kent utilities as shown on the plans. The bid price includes but is not limited to: all costs associated with proofing the conduit and all other Willis & 41h Roundabout Joint Utility Trench/Leyrer 8 - 18 August 12, 2019 Project Number: 18-3020 installation requirements necessary to complete the installation and proofing of 2 inch diameter City of Kent conduits. The unit contract price per each for "Junction Box Type 8" shall constitute complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install type 8 junction boxes for City of Kent utilities as shown on the plans. The bid price includes but is not limited to: excavation, haul and disposal, dewatering, and clean up and all other work necessary to complete the type 8 junction box installation. The unit contract price per ton for "Sand for Conduit Bedding" shall constitute complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install the sand for bedding the conduit as shown on the plans and as specified herein. The unit contract price per cubic yard for "Fluidized Thermal Backfill" shall constitute complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install the fluidized thermal backfill for bedding the conduit at the locations required per Puget Sound Energy construction standards. Willis & 4"' Roundabout Joint Utility Trench/Leyrer 8 - 19 August 12, 2019 Project Number: 18-3020 DIVISION 9 - MATERIALS 9-03 AGGREGATES SECTION 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.17 Foundation Material Class 1 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 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1 Topsoil SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.1 (1) Topsoil Type A Topsoil Type A (Compost Amended Planting Soil) shall consist of 50 — 67% sand and/or sandy loam and 33 — 50% composted organic Willis & 41' Roundabout Joint Utility Trench/Leyrer 9 - 1 August 12, 2019 Project Number: 18-3020 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 * Passing 2 inch 100 1 inch 99-100 5/8" 90 — 100 1/4" 75-100 *Maximum particle length of 6 inches B. Shall have a pH range between 5.5 and 8.5. The pH shall be determined by soil test. C. Organic material shall consist of composted yard debris or organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content and meet all requirements for compost in Section 9-14.4(8) of the Standard Specifications. D. Submit a certified laboratory analysis from an accredited soils testing laboratory indicating the Material source and compliance with all planting soil and compost specifications to the Engineer or project Ecologist for approval no less than seven (7) days before delivery to the Project Site. The analysis shall be with a sample size of no less than 2 pounds. E. Site specific soil testing (after placement of material) may be required for projects requiring more than 50 cubic yards of compost-amended planting soil A Contractor provided accredited laboratory approved by the Engineer shall make recommendations for amendments required for optimum growth at no cost to the owner. The Contractor will be allowed five (5) Working Days to complete the testing from the time of written notice given by the Engineer. Willis & 41h Roundabout Joint Utility Trench/Leyrer 9 - 2 August 12, 2019 Project Number: 18-3020 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. SECT/ON 9-14. 1(1) /S SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECT/ON: 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 SECT/ON 9-14.2 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix B (Landscaped Area Grass): Weight Seed Mix "B" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewin s Fescue 95% 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual R e rass 95% 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECT/ON 9-14.3 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Willis & 4"' Roundabout Joint Utility Trench/Leyrer 9 - 3 August 12, 2019 Project Number: 18-3020 Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium ......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) Available phosphorous............. 0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments SECT/ON 9-14.4(8) /S 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. SECT/ON 9-14.4 /S SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECT/ON: 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 Willis & 4`h Roundabout Joint Utility Trench/Leyrer 9 - 4 August 12, 2019 Project Number: 18-3020 hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes SECTION 9-29.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THESE SECTIONS: 9-29.2(1)A Standard Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. 9-29.2(1)B Heavy-Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. SECTION 9-29.24 IS REVISED AS FOLLOWS: 9-29.24 Service Cabinets ITEM 9. IS REPLACED WITH THE FOLLOWING: 9. All service enclosures shall be fabricated from 0.125 inch (minimum) 5052 H 32 ASTM designator or B209 aluminum. The exterior of the aluminum service panel shall be unfinished. Willis & 41h Roundabout Joint Utility Trench/Leyrer 9 - 5 August 12, 2019 Project Number: 18-3020 KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STREET 6-33M Cement Concrete Curbs 6-34M Curb and Sidewalk Joint Example 6-35M Expansion and Contraction/Control Joints 6-73M Typical RPM Lane Markings 6-75M Thermoplastic Crosswalk Markings 6-96M Service Cabinet, Concrete Base and One Line Diagram Willis & 4`h Roundabout Joint Utility Trench/Leyrer A - 1 August 12, 2019 Project Number: 18-3020 12" 6" 9" 10" 7-7 5 1/2" z 2 1/2" 5" 2 1/2" g 1, U Q��� LL 4g EPDXY LL ADHESIVErR 0 FOR FRESHLu CONCRETEID Lu COMBINED CURB AND GUTTER EXTRUDED CURB FULL DEPTH BOND BREAK MATERIAL: 18 COMBINED CURB AND GUTTER 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL 10" 2" � 3, 1/2" TAPER SECTIONWELED �1.5% 1%MIN. - - -�"''- - - - 22%MAX. v r? 6" 24" ROLLED CURB fV N O SIDEWALK 4" Zi 12" MAINTAIN EDGE 24" OF CONCRETE CURB ROLLED CURB CURB TRANSITION MAINTAIN FLOW LINE WITHOUT VERTICAL 1 2 LIP BETWEEN GUTTER AND CURB *i/2"OR**1" *+SCOPE ** SCOPE ILI 12" 6" 12" 6" ADA RAMP DRIVEWAY NOTES: NOTE: 1. CONCRETE CLASS 3000. TYPICAL, UNLESS WITHIN DRIVEWAY SECTION,SEE FACE OF CURB SHALL DRIVEWAY STANDARD PLANS. NOT EXTEND BEYOND THE FACE OF 2. ROLLED CURB MAY ONLY BE USED WITHIN A CUL-DE-SAC. GUARDRAIL TOWARD THE TRAFFIC LANE 3. IN ROADWAY SECTIONS WITH SUPER ELEVATION,THE GUTTER PAN WILL MATCH THE 8„ ADJACENT PAVEMENT SLOPE. 4. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. ,VARIES 5. FORMS SHALL BE STEEL UNLESS OTHERWISE APPROVED. FORMS SHALL BE SET TRUE TO LINE AND GRADE AND SECURELY STAKED PRIOR TO CONCRETE PLACEMENT. JV NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE Ey ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT PAVEMENT 1 �OF WA�h'I�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. EXTRUDED CURB UNDER GUARDRAIL q�Q � p CITY OF KENT ENGINEERING DEPARTMENT � Z KENT CEMENT CONCRETE 38296 W"'"'""o" CURBS js'p'�R � DESIGNED COK SCALE NONE STANDARD PLAN DRAWN SPS �jOrIALI �� CHECKED — DATE JUNE. 2018 6-33M APPROVED ENGINEER FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL CB FULL WIDTH ADA DETECTABLE WARNING SURFACE(TYP.) I CURB RAMP I OR DRIVEWAY All 1/4"WIDE x 25%SLAB DEPTH (1"MIN.) CONTRACTION/CONTROL JOINT(TYP.) 3/8"EXPANSION JOINT(TYP.) CB SEE KENT STANDARD PLAN SECTION 5 FOR ADDITIONAL CB GRATE REQUIREMENTS 1/4"WIDE x 25%SLAB DEPTH(1" MIN.) CONTRACTION/CONTROL JOINT(TYP,) LEGEND: A — --- A BOND BREAK JOINT EXPANSION JOINT ----- CONTRACTION/CONTROL JOINT 4"THICK SIDEWALK FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL NOTES: SECTION A-A 1. AN EXPANSION JOINT CONSISTING OF 3/8"x FULL DEPTH OF PREMOLDED 6. INTERFACE BETWEEN CURB AND ADJACENT SIDEWALK ON JOINT MATERIAL SHALL BE PLACED AROUND FIRE HYDRANTS; POLES,POSTS, INTEGRAL POUR CONSTRUCTION SHALL BE FORMED WITH AND UTILITY CASTINGS AND ALONG WALLS OR STRUCTURES IN PAVED 1/4" RADIUS EDGING TOOL. ON SEPARATE POUR AREAS.JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS OF CONSTRUCTION AN EXPANSION JOINT CONSISTING OF BOND AASHTO M33(ASTM D994). BREAK JOINT MATERIAL FULL DEPTH SHALL BE PLACED BETWEEN THE CURB OR THICKENED EDGE AND THE 2. AN EXPANSION JOINT CONSISTING OF 3/8"x FULL DEPTH OF PREMOLDED ADJACENT SIDEWALK. JOINT MATERIAL SHALL BE PLACED IN CURBS AND SIDEWALKS AT A MINIMUM OF 15 FOOT INTERVALS AND AT SIDES OF DRAINAGE INLETS. 7. ACCESS COVERS,JUNCTION BOXES,CABLE VAULTS AND WHEN CURBS AND/OR SIDEWALKS ARE PLACED BY SLIP-FORMING,A OTHER APPURTENANCES WITHIN THE SIDEWALK LIMITS PREMOLDED STRIP UP TO 1/2"THICK AND UP TO FULL DEPTH MAY BE USED. MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING SIDEWALK. SUCH 3. EXPANSION JOINTS IN SIDEWALK SHALL BE LOCATED SO AS TO MATCH THE APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES JOINTS IN THE CURB WHETHER SIDEWALK IS ADJACENT TO CURB OR OF ADA RAMPS OR DRIVEWAY WINGS. SEPARATED BY PLANTING STRIP. 4. CONTRACTION/CONTROL JOINTS NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT CONSISTING OF 1/4"WIDE x 25%SLAB AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE DEPTH SHALL BE TOOLED INTO ��F��Y ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CONCRETE FINISH AND SHALL BE MADE pF WA gh'I�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. IN SIDEWALK AT FIVE FOOT INTERVALS, INTERMEDIATE TO THE EXPANSION CITY OF KENT JOINTS. ENGINEERING DEPARTMENT Z CURB AND SIDEWALK JOINT 5. AS ALTERNATIVE TO EXPANSION KENT EXAMPLE JOINTS AROUND STRUCTURES, 38296 W"'"'"GTO" REINFORCING BARS MAY BE EMBEDDEDST �� �w DESIGNED coK IN CONCRETE ON FOUR SIDES OF �� DRAWNS PS SCALE NONE STANDARD PLAN STRUCTURES. S�IOIVAL �'� CHECKED - DATE JUNE 2018 6-34M APPROVED ENGINEER 15' MAX. BROOMED FINISH PERPENDICULAR EXPANSION 5' 5' 5' TO PEDESTRIAN TRAVEL(TYP.) JOINT(TYP.) SEE DETAIL"A" 4"SHINE 2"SHINE FINISH \ FINISH SIDEWALK \ \ \ EXPANSION WIDTH VARIES \ \ \ \ JOINT(TYP. SEE DETAIL"A" PLANTER STRIP CONTRACTION/CONTROL \\ (WHEN REQD) JOINT(TYP.)SEE DETAIL CURB AND GUTTER \ SS \ \ EXPANSION JOINT FOR NEW SEWER CONSTRUCTION; (TYP.)SEE DETAIL"A" STAMP FACE OF CURB WHERE SIDE \ SEWER CROSSES PERPENDICULAR TO__IV 1�j CURB. 3" HIGH LETTERS 1/4"DEPTH. 15'MAX. 4„ . 2�- SHINE FINISH SHINE FINISH I I I I 4" 4" 2" 3/8"x FULL DEPTH EXPANSION JOINT 2" CONTRACTION/CONTROL MATERIAL, 15'O.C.SEE NOTE 1 JOINT, 5'O.C. SEE NOTE 2 DETAIL"A" DETAIL"B" EXPANSION JOINT CONTRACTION/CONTROL JOINT FULL DEPTH BOND BREAK MATERIAL: PEDESTRIAN TRAVEL DIRECTION - 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL 4 o DRIVEWAY SHINE FINISH SIDEWALK /'1.5/o 4"CONCRETE PER WSDOT 4° STD. SPECIFICATION 8-14 2"CRUSHED SURFACING /4"MIN. 2" TOP COURSE 3/8"x FULL DEPTH CURB,GUTTER AND SIDEWALK CROSS SECTION NT CONCRETE DRIVEWAY APRON AND EXPANSION JOINT GUTTER FOR RESIDENTIAL DRIVEWAYS. MATERIAL,SEE 8"REINFORCED CEMENT CONCRETE APRON AND NOTE 1 NOTES: GUTTER FOR COMMERCIAL DRIVEWAYS. 1. EXPANSION JOINT MATERIAL TO BE 3/8"x FULL DEPTH AND SHALL BE PLACED AT DRIVEWAY CROSS SECTION 15'O.C. SPACING. ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE WITH WSDOT STD. SPECIFICATION SECTION 9-04.1 (4). 8. ACCESS COVERS,JUNCTION BOXES,CABLE VAULTS 2. CONTRACTION/CONTROL JOINT SHALL BE 1/4"WIDE BY 25%SLAB DEPTH; 1"DEEP AND OTHER APPURTENANCES WITHIN THE SIDEWALK FOR 4"SLAB, 1.5" DEEP FOR 6"SLAB, 2" DEEP FOR 8"SLAB, AT 5'SPACING. LIMITS MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING 3. EXPANSION JOINTS SHALL BE INSTALLED IN CURB&GUTTER AND SIDEWALK AT SIDEWALK. SUCH APPURTENANCES SHALL NOT BE P.C. &P.T.AT ALL CURB RETURNS AND ALL ANGLE POINTS. PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS. 4. FORM AND SUB-GRADE INSPECTION REQUIRED BEFORE POURING CONCRETE. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 5. EXPANSION JOINTS IN SIDEWALKS AND �j�F REY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CURBS SHALL BE ALIGNED WITH EACH OF WA��!�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. OTHER AND NOT OFFSET. S G' _ � CITY OF KENT ENGINEERING DEPARTMENT 6. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. • EXPANSION AND KENT 7. WHERE SIDEWALK CROSSES HYDRANT .� 38296 � w� w...��oro. CONTRACTION/CONTROL JOINTS LATERAL; CENTER 3'WIDE PANEL �r� �aIST � �S� DESIGNED COK SCALE NONE STANDARD PLAN DRAWN ACCROSS LATERAL,USE EXPANSION �S�IONAL E CCHECKED SPS DATE DUNE, 2018 6-35M JOINT,SEE KENT STANDARD DETAIL 3-1. ENGINEER APPROVED 42' 12' 30' 3' 0 0 0 0 0 o p o 0 0 0 0 o a o 0 0 0 0 o p o 0 0 0 0 o p o 0 0 0 0 o p o 0 0 0 0 o p o 0 0 0 0 o p o 0 0 0 p o o o o p o 0 0 o a o 0 0 o p o o o o VARIES (300' MAX.) 2 5' S' TWO WAY LEFT TURN LANE a 0 0 0 0 p 0 0 0 0 13 0 0 0 p o o o o 0 0 0 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 0 0 00 000a000000a000 0 a 0 0 0 0 0 0 a 0 0 0 0 21 4"GAP TYPE 1Y RPM TYPE 2YY RPM TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 21' TYPE 2W OR Y RPM a 0 0 0 0 0 0 a 0 0 0 0 0 o 13 o 0 o too TYPE 1W OR Y RPM oo �oa000000a00000 21' TYPE 1Y RPM 4"GAP TYPE 2YY RPM 8888888 8 88889888I888 NO GAP TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION 42' 42' 12' 30' 12' 30' 000o a30 — o00 3 �c00000 TYPE 1W RPM TYPE 2W RPM TYPE 1W RPM TYPE 2W RPM TRAFFIC DIRECTION TRAFFIC DIRECTION LANE LINE SKIP CENTER LINE TYPE 2Y RPM 6' 21' TYPE ' RPM s 9' �� 3--1 I� 8 8 B8 88 88 88 88 88 000000 0 0000 000000 000000 oo0000 �0000001 TYPE IWRPM 000000 000000 00000 0 2W RPM 000000 00000 00000 0 18"-RPM'S EQUALLY SPACED TRAFFIC DIRECTION BARRIER LINE DOTTED WIDE LINE 42' 12' 15' TT 13 � 88 98 0 0 0 0 0 0 0 0 0 0 0 0 �0 0 0 0 0 0 0 0 0 TYPE IW RPM TYPE 2W RPM TYPE 2W RPMA TYPE 1W RPM DROP LANE LINE TRAFFIC DIRECTION EDGE LINE NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT fVFREY AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE S of WAs� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT - NOTE: ENGINEERING DEPARTMENT U � I. RAISED PAVEMENT MARKERS(RPM'S) KENT TYPICAL RPM LANE SHELL BE INSTALLED PER WSDOT JA 38296 �� WASHiNUTOH MARKINGS STANDARD SPECIFICATIONS 8-09, ���S�aI S' 6��� DESIGNED coK SCALE NONE STANDARD PLAN 9-02.1(8),9-26.2 AND 9-21. 'SIONAL E� DRAWN c_0K CHECKED DATE JUNE. 2018 g_73 M APPROVED ENGINEER } a 0 24"WHITE THERMOPLASTIC EQUALLY 0 CROSSWALK LINE SPACED(TYP) z c3' Z g g c-4J c'" I 24" g Lu Lu o I Lu 8 Lu 0 Lu Lu I 4'(TYP) 12" O O O 12"-24"WHITE STOP LINE, TIRE TRACKS(TYP.) WIDTH AS DIRECTED BY THE ENGINEER *TYPICAL 4 LANE ROADWAY CONFIGURATION *NOTES: 1. FOR ROADWAYS WITH MORE OR LESS LANES,THE SAME CONFIGURATION APPLIES, CENTER THERMOPLASTIC BARS ON THE LANE LINES,AND IN THE CENTER OF THE TRAVELED PORTION OF THE LANE TO MINIMIZE TIRE WEAR ON THE THERMOPLASTIC. 2. THE CENTERLINE OF THE CROSSWALK SHALL GO FROM THE CENTERLINE OF THE CURB RAMP ON ONE SIDE OF THE STREET TO THE CENTERLINE OF THE CURB RAMP ON THE OTHER SIDE OF THE STREET UNLESS OTHERWISE SHOWN ON THE PLANS. 3. GLASS BEADS(PER WSDOT STANDARD SPECS.SECTION 9-34)SHALL BE ADDED TO ALL THERMOPLASTIC CROSSWALKS AND STOP BARS. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �o,sEPzT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE WA ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. C 0 CITY OF KENT ENGINEERING DEPARTMENT KENT THERMOPLASTIC CROSSWALK 21493 WA--- MARKINGS aj T��� '� DESIGNED COK �S�IONAL � DRAWN COK SCALE NONE STANDARD PLAN CHECKED DATE JANUARY. 2018 6-75M APPROVED ENGINEER COMPONENT SCHEDULE 1 METERBASE: 100 AMP ILLUSTRATED. PROVIDE 150 AMP WHEN AND IF DESIGN LOAD REQUIRES,4 JAW SAFETY SOCKET,AW#114TB,WITH 5TH JAW AT 9:00 POSITION(CONTRACTOR TO VERIFY WITH SERVING UTILITY). 2 PANELBOARD: 120/240 VAC, 100 AMP(150 AMP IF NEEDED), 1 PHASE,3 WIRE,COPPER BUS, 12 CKT 100 AMP MAIN BREAKER,WESTINGHOUSE BAB2100, 2 POLE WESTINGHOUSE BAB BOLT-ON BRANCH BREAKERS: 4-20/2 ILLUMINATION BRANCH; 1-40/1 SIGNAL BRANCH; 1-20/1 GROUND FAULT RECEPTACLE&CONTROL BRANCH. SEE NOTE 4 3 CONTACTOR: LIGHTING RATED,30 AMP,4 POLE, 120 VAC COIL, (AS REQUIRED). 4 PHOTO ELECTRIC CELL: 1800VA, 120 VAC,ALR#SST-IES(PER WSDOT SPEC). 5 PHOTO-CELL BYPASS SWITCH,SPDT, 15 AMP,277 VAC. 6 GROUND FAULT RECEPTACLE, 120 VAC, DUPLEX,20A CABINET: NEMA 3R, PADMOUNT, 1/8"ALUMINUM CONSTRUCTION, 2 SCREENED AND GASKETED VENTS M DOORS: HEAVY DUTY CONCEALED HINGES(LIFT-OFF TYPE) SEE NOTE 1 STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR BEST BLUE CONSTRUCTION LOCK ON DISTRIBUTION DOOR SEE NOTE 2 a POLISHED WIRE GLASS WINDOW IN METER DOOR CLOSED CELL NEOPRENE GASKET,CARD HOLDER ° FINISH: POLYESTER POWDER COAT, NONE OUTSIDE,WHITE INSIDE w ® ° 120/240 VAC SEE NOTE 5- -=� CD 10 3W 0 ® mm SEE NOTE 3 � SEE NOTE 6 METER PHOTO BASE ELECTRIC r if CELL 6" 2" (TYP) 0.17' 0,17' MAIN 24" 16" CONTROL F r. SIGNA 06 L SERVICE CABINET I- -I L - J TEST SKYLINE CABINET SERIES 47700-KM-100 OR APPROVED EQUAL BY TESCOR. LTG SWITCH GROUND Q FAULT METERING SECTION CLEARANCES&EQUIPMENT PER PSE AND EUSERC RECEPTACLE UL LISTED PER STANDARD#508 LJ I 0 SUITABLE FOR USE AS SERVICE ENTRANCE EQUIPMENT LIM CABINET FRONT FINISHED SIDE SURFACE r, ONE-LINE DIAGRAM 00 CLASS 3000 CONDUITS TO BE CONCRETE BASE INSTALLED WITHIN THE CONCRETE PEDESTAL TO SERVE THE CABINETS(TYP) CONCRETE BASE f�FREY NOTE:THIS PLAN IS AN ELECT ONIC D PLICA ELT ELORIGINAL,SIGNED ENGINEERING CBY THE UMENT BUT S tJF WA q 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 • SERVICE CABINET, CONCRETE 38296 KENT BASE AND ONE LINE DIAGRAM I'STER������ DESIGNED COK S�IO Fi SCALE NONE STANDARD PLAN NAL DRAWN COK CHECKED DATE JANUARY 2018 6-9 6 M APPROVED ENGINEER WSDOT STANDARD PLANS ILLUMINATION, SIGNALS AND ITS J-40.30-04 Locking Lid Standard Duty Junction Box Type 8 (2 sheets) Willis & 4`h Roundabout Joint Utility Trench/Leyrer A - 2 August 12, 2019 Project Number: 18-3020 a � v E m c ~o a° v �x O t c - m m O m q m m a m c t/j aci a c m of x a 0 {•� m m Em iM3:C4)€ a n' �m ca co JAY 0Q`JLEY JIh�?N� Zm y Q q m Y M to N N N or!C i` m _ 'Q 15 mmmrn,Q`r3 o v w�a m �' N c c C , m= m m Enw h <� F H� Z N 7 E 3 N N m«$ c N O W Q N a m Y�h�m ; m a°� Oc o> IMm O �..II CVdIL o o E m m E E« a 0 v o 49 an d c._m o � o Z d LL o m 3mCL«cuc� t �m'm U H � �c �oXm dui Q� 5 J' Q w o �- mo= q y c mvia g aU m E NcEm0cc F vi ��m h m 'm_� vv °°E �Q pFF Z ai z M e€y�nA g g�� �� o Ccx a` o�HLQ�` II!C'' o Q > m�cm c�CI -- v �oo w am N mE .N.m Em_ V� Z 3 y al«Lj m a �j m N x m v E g m 3.0 v E o cco�m­a cU� 1- W E> mTi (O�o N° m.y..L-r cZ 0Z� a °. A J mOC H tM XOt k N C y v m L'='cyO YYU �Nx ma d V g3 U' amE C m m r m m c°t O L y m f0 C N ci m O c>. ¢ m g E�9 n L «nE �� rE x2 Nc c c-0 c 7 m °mC� a a0 o m w E `m m v_m' a .0 c_b g 'E Ii m m 3 mo $ t EuNi m xcw OO tJ w ��MM M 2� o '-r�-¢ >''w ° t� mm co °moo inL y c a c m 3aD a O N O)O °.c m d �°m m E E-* c ti•+ c m a aOw m m m 3at9'n€c mE c rmc °dc F ' 'X LaOiN C' O GN A ct a cC.= may cQ �'� '>� jmla WUNZWZ G m;�Qa, dE m C mmL N m G) OIO Cam ' y WmaSw aw L� _m « O N OI N N E c V c C O m m..:,.•� Il a r 41 �y mmL t00m 'm CC EvLa -6c E _ r-c (M�: L N M y F v > m =Y E g E w 3 a o o m h m C m L=c 'c m C N m O f- m(a .Q � �7 �N fa E N« o 'c�tMfO� a Eo 3 ro .°C c® ro ° o6 ;. *: - . _a c m g to c .0 am .0a c "n3 oicE3 E ❑ a -L 0-M2 v m m Oc 'g a) mqc E �d)'o mm C� m W ccm - LL Nm >:— «ut4 N m N o m O C L O O O pp m m E Q m O =m Z o E_lEom.0 `g a.° 3 0) a) m mc°'g amN m$i5 � N a .0 C mT'E N Ol c V 0«O. c C m $ C C j ci =�V1 C = o Q� ZS o ❑ O x N «m _I u'I c O �mp a°jv t c '� m �5. ''5j`° y'O>m co E 3 p F y z .- fV f7 Q O U E m w N m C a m NCL L p U 0,0 y �j LL N U O LL ❑ z Z N �uL' 8 °W N aoP aNT «9tM ao Z m m CcL me Y d FEc «m3 oyin o z V M N W ❑ J a ❑ m = ca; of u o E m$m .=_2C o o..: o y z ¢ ¢z 3 c m°O-m rL `° LE 3-8E 0m miFitO o c°t aa L. 3> W J K R !a m m wo A .D °�O CL cY «0 NQ 2 it L 4«l a aUJ �O 9 a c a m y 12 ! 0 C �4 O Z m v w�m m� aai .° $ o 'aE L N« m 2 fcJ0 - O,... ON N g m cm >o m 9 2 ati o '; gc u a .a p c t ma £ 41 oc ycv c�'�� a p�.Fv�z me a moc mLg ,Qm° W `.�:0 L o OOc Lc C C m vLm Crm NN�a r0 xIN p N ¢ ~ m Umm FCC to to U ENE �3a ocof/1 �F a U tt 0 0 0 v ui m rl-� ad °i - - - O a"' C1 O x0 U z (dAL) < U ❑ a 03OVdS AlN3A3 Sams£ ,.L Z o W z N Z aw saw � LLQ ! Fu O y O °LL 3S2lf100 3SV9 j0 d01 a W U a O o N mo139 Wf1WINIW.6Z xrr w j ! zo SG 1 O N I OZ TT I I I a W iV C ON ! I i L) x - --- O 1 -o--;- as m MON 33S CdAl) M N 'NIW.S �� Z m xz t 7 N = - m ❑ JcQ WZ''0$ D 0 v v O Z I N UUQo O O m W I J Q W W LL�CI y Q N ❑ _ Z WF- KFIL K w z v yg yXU O O I �Q W (a a ?W.-. M COL Weal H uwio C G Ho>>a y�qa o W • m Z �Uv KO< Z H Qy > cc nM - � Z C. Y ' �yW '� G I • aW 1 g 0?LLF mpg 0 O° yhp E J U �W ¢ p z c C.> W Qc XVV� No ❑s hUK nNOI1VONnoi 30 H101M 901SNI = W V,°� d o 'Q p „ZL 0 Zaa C D N m o Sc ,AZ US Z U LL 30V2J0 03HSINIj 3Hl „YZ o,`�',N E c E m o 0 a mo139 W(1WINIW.4Z cz� a� �c a c Uc o v .0£ 6; 9 c ac > > v M wU UU W LL tom 0210dA0 VSfI :A9 NMVl10 < O y a CS o��• zo� W!Z r�mLLr LE 1 EY ydNf d a�C P-ni Z yZ?? s Zi J aZdV) z i °w 1. N Q ♦ ' IL r 0 N VA I z W QO�H L P��455 Z' a a LL 2 V n Q ¢ i - +-- a 00 a ma w a O Fg C ZW Z -��U >o _C O o Z3 0 �Q m m �U t z ag wj �• NLL g NU z gg Cy v a `n µCµ!! Q ¢ F> 3 N O W o J > ui vi < t- (/1 Z -j ui w K Q N i ® ® J ® W z F Z D ® W U t rn 2 w O Z ?F K _m Z Cw W~ ?� W72 ix u�� m O� �dZ ga �N Zzz� 2zwH J ? UZQO ZO 220 W R ? 2 m_UN m 2 Q Hn W 1 Z > W--LV J� sJ �11' '60 �wZw T Q C �� Z aw = o(ij p0Z�- C V k0 HZ m 07 N -.- -- -_ - fV t3 0 og ¢w W O tog Zf Q ~ m L) _ .BIL $lt W y v J a ze < UZ t2 tw- w C N in ZW ywj zQZ 2 V1 1 S m H �a o� ?� a o Se ZN= z .Q H a O¢ Z Zd o U Q C3 WiL mm zz OFjp Z�w5� N Wa �Wyt Z U Wy- m? m W F W7 ro w a1W y�.-. Z—UjZ y_ aZ =Z w O2w �.Tti - CQQ tz w O ` rn w�'� z ro ��3 poi uZ W' tWQQ,w � p j W H BOLL c6 =t 5 Q K a a :,.w O ugN ON- teaa, ~ j =O ¢ (L w yj W fl Gw o oN3 O o�o 'w0W �N O '9' 'WOO~ =5i W, J 30wz Q m U o w W t365N O ita C C — i" pt Wo ' 20 ZQQwpq�w t++Nap g5w J2 w==0 Z�7WNQ2 aw o; !O a,tiw %r=nON w` ZOy CT. wN xwV �C a wQ ' a zz �' T ti11OlN ¢ �¢ C w m alioako NSII As Nmvuu PSE PLANS Willis & 4`h Roundabout Joint Utility Trench/Leyrer A - 3 August 12, 2019 Project Number: 18-3020 Jul 12,2019—10:2—J:\Public 1m9m ement\Eleclnc M—King County\02_MUNICIPAUIIf2\Kent\101118283—Kent Wnia 5t 8 W Soar 5l SCNIK\Deny.\i1NiL 101118—Kmt W^is St Scll)t(Rl).E m G) m "os 3ez Q mg�'a w°gm$ m "$v`_3 dim v2S`a im �'am Ps'a ',_"n.xm taa4so 3 si s� _SAQ g' mmv m o 30 3; se"mad-a° aa s1m. en' g3 _ S m0Vi 2ry;AZ= 3-2 cd nm da ,ns8'nm op°3 pzg mDr ma'a mm m= aa�a � aQa ao S e n n� � u �-,m" goo as zo W� Nm n a s a na^afi 8n= nz u fi O?- 3 a n ^'i 3 rt� g 4q 'Su Rm 3 d S� �' - '°° vo 3 e O " °-2R 3d$ 8 a. m 0 3 a - - io _ }, q as n - °c a=s J d R ^@ xa o0 f _. n m a m nEBm a as R- & s. n 3 L= a - �Ll a ' ag^oms�Da "=_ana'admav',^,amma mma 3k, 'a- l� '�mazaamm� �3mM-W,a„«�_ _ ego_ a���88n q-_'a 2 m� ^oa'E -= m v?$3`c�3a "��om fi�a=o � O ^cZm �� "=mop' mxo' >eoaII s=mm�aw ^ E Ra" -M! N a� L ode - gm gmdas mre €a^" g�nw'� �R oa; 5 c wa% gig" - °^_ -'m sax%��a" a�o"'a R •-%aa8 C m m mmm°; vE�-oR ' m '^=ae�m-Ra B�pQ m 8 2$ Amomw Soma =`"a saa' : 4 evm m& n owl 1 O 01 03m m aa- g'S 3u nm^ nF mR 4v ,.8C s3. __.�� m�=oa ^ am '8�o B m - �� � �m qdg sa c m R 3u m�m 6$s ([/�/!7��1J '\C�J' ° z �`L L o: %4 n; a mo a" m8 g 3 mm? " so ,-, - a uu lag m m as 3m `3 a ^ m' ``-.3 „"v. d LL1 Asa as am a6 go & o f zg m g m ° a m /1 LFF�''I LL �i�� LL 1 ) L i CO n'g �2�e.ao� a'g;" s R 9Sa�>��gg yv m'- 'nmaa �y IL..1' 38m aYmm d°3a3 gis fi» 2 � _ $3 a - man S .S Sa Bs _ fio^ en ag�� oo_ ea! Fa a$&aa 3ag 3as8aa�= R Lou L` m' 3 s - ;a 3 2mm`'oe Ro,g t"R ppam 3� ' _8 aAam $ aagSm mxa m � F=v mPi8' �4a umF.mo9:- i m ,a63a 33m�sm .�D�mSs^mz� OlroN_L1 m .a -1 R ` VL�1^■■� mu 919 $ a mm1e<< 4P wu $ z ' ° "o vis _ o, Sa^ m / B3�5i� Li =ad $ ° O Rm �.� or`a m a ^ L/��� E 011 ® gg ##y$ S o amoo® L•— ia �a»m€3�-..,. Cp4 m 0 Kid t IT ,€ �fiw €€b �fi � � get: Q�PYggWYtw� 'e � U Yam It IZ .91 ~ g R s r7 ==� c9umm `\—k P-N11 -——S k.—" .—-11——1 .0 . ............... < ............................ o" Co x— 81 0 z o OW 4%. 0 c J -P. ^ NU1481 S : c�.I x X... ........ mcb o(� V.:�'n :�'W'. 57H AW' — 7H APW S. - r—i x cl ....... X L> � : i:� w ha x >< o • o L, co 14, + co7-N OW -, , 47H 44Y X. >< X917, X8764 o. >�........... L4 .40 G on s c'Do ... X8763 -o JRD APIF S J1V DWI Hod ; ........... oo X4419 'v 1 MTN: xW c X830 Z-- A kE .5 =21L ... ........... X3215 . 40 x 03 X RAILROAD A;��Y8,— X 7 0 3 T9 c)q' 100T 900KVAR L-21— �� , —R41tRO4DJ90 ^E X3233 c ;u G) 0 ————————- c 0 c > 0 In, Y m l F-, .T ag It Asp CT JW 12,2 9-M—I,J:\h Mc impro@moment\flHric%-King County\�uUNC1PN.f116\Nant\10t 1102A3-Kent N9Fa 91 k N Saar 51 SCF]/\Osaign\f1fWl IOI11 .K w .S ]/(,),, v9 yy lit yl 5 G o E CID a w x sly m is 41 g A ® ■ $ I a8: M gg G x G m 8s< S � g $�€ IM $ 0 Im DODO OOoO " u o Doc i ❑Ooo z g N , I 0000 - Y> Y OoO❑ ® al 9. a ----- 0000 K — -- -- — ---------- 9� 3 r m a� 3- a �® i v oil S „( d` l AZT . _ ® m; - - HHm� cc�__ _ •____'� _ > ">' °g»"> P.. � ; R��K"£ »w� w m»'gym. 8 €€ s mo cSw €m %ge z gc.>" �= m g m = V- ;P=ss9e�� ea u pu osN�tim '.g Z m:,WaA»>°°ge,e m 1.82x�, H 5 Id s -1 ` ° 81 __ "off„�''` `w`= °8u .=..m :gym"°== qmz ffi m �q s _ ° 4 H 'a'ammm ° :»m,a u,w1 €m ��mHIM. ,ad :a-PA�a,a,� >€ amDmmma €€€ l n § £g §ads ooN, 's Y# .' _fs :T a$ 8 >es oat8N8m a gmm$ 9m c x Via' $€ E m ap_ - =m� E9Z8tttOt +.I iz.zoia-io:zsom A—, m.ol\ci.n,K m-K g cwotz\02_uurecmrun8s\—\-118z -K.oi xac.sl 8 w soo,si sonic\—g. \mirz 10-8—Kart Imtia sl son ze(el).a.a u) m ii" F I z F Ili '.III �I a ll� r = 1 I I� I 3; --- D----------- ----- 4 n r 11 ml m 91 ——S m 0-1 I € l / o A a 3z &8 RN "€ R >€€8 m g m $ m A. A 2 c n w x m g 0 w I a s 5 a e m0 3 fflaom E e s m Z CIS gg m W e i 's It S ems — s"s c fi S 2s El p - s 8.2 sT 4 �5 �� pppp - �� � � a � s €b ¢n ti m eI ny � FF (Zil HIT 0' g� m e b� x +segi "m$ z�aa� E8ZBLLLOL Jul 12.20t9-10:2—J:\Puck KiN County\Ot MONICIP°dRES\K°M\101t1aZB}_Kent Willie St R W Sony St Snll)°\—gi \fIN4 101118—K.nl Wi i.St SnK)°(Rl).EW9 n n0 my Qf o y®N s f f g 8 q' CI II F F ®f � � Ij❑II�' M1 � i r .Ih s m 2 € z TH mgy a $ i ®" y :®zm ib aSma s ® II xm a g g WI "g@ gg HAS ` II e8®' $ ,r "C a0 $ 8 a ET m 3 n E Ski 5 a m o — ------^' m 35ig nY m r D s ({ ag o O p pg €g 19$$ 1 En y€n ; � o r $p > _- z z 7 ;g n z r YYY L zoo g o O $ "3Ezg _"" OyN,.N m� g3 � O sic € a `a >m `d $ 0 q "giss" p < 4 8 y =e= _= y fag O 1 n o m z -o m $$3 �g =m i � m L .�.,.0_ RI fi d i€3$ 5 u` fk gy a Gi o c sa z Nsgg 34. o Zwln € Im r R B s Z f co > e' m' > x k zo z0 #lit =pro i "' 8 ' == y £8Z8LLLOL COMCAST PLANS Willis & 4"' Roundabout Joint Utility Trench/Leyrer A - 4 August 12, 2019 Project Number: 18-3020 R A MATCHLINE SEE-GE A y � COMCAST LEGEND t e CPDXX-COMCAST PEDESTAL CVOXX-COMCAST VAULT CVOXX-COMCAST RISER NOXX-COMCAST NODE CPSOXX-COMCAST POWER SUPPLY 1 l 1 SQs 1 'PLACE CV01 IN BEST LOCATION ,r 1 `AS DETERMINED IN FIELD + E f /`IMI IS SGLB 3048 CHANNELL i 25kVA as CVD �A1Ti4 NON-SLIP LID } 12o/24a 1 _. HH7 wa _ _1 120/2 120/240v ExIsrlNc BAST 7r FOR I ADD 1-4"FOR COMCAST Y' - %3213 l84 os 1� FROM CV01 TO CR02 I 336nc3R ur:ilr CR029. 1 `1-4',260- S / 1 �%ISTING 314103 - ADD 1-r FOR w jj 165246 OONOAST 4 •.,- I . I I EXISTING i 1141 a to 2,z CR02.1 � ` V! ADD 1.4"FOR COMCAST x �� pncerFaou ew.` [FROMCV01 TO CR01 i eo TO s :wra, a x M I; 1 'y1 SK00689, 15T F�� ` RO1; 50kVA�6 2 (iw-) 20/240v � � I E I E APPROVED By jstee1003 at 7/11/2019, 12:10 PM ^y COMCAST PG 2 ADDS-1 01 1 1 8283 Kent 4th and Willis Prelim05072019AM g \\walynjtbi02\seajobdocs\776\313127\Design\Coax\Pr eliminary Markup Work\COMCAST PG 2 ADDS-101118283 Kent 4th and W Ilis_Prelim05072019.dwf created:5/7/2019,10:24:05 AM last modified:7/11/2019:12:07:01 PM a REPLACE ` I 15kVA 314147 Pot CR03 120/240, 165230 � I w a (I t ADD 14"FOR COMCAST FROM CR03 TO CV01 COMCAST,415',1-4" CR03-CV01r- - 1, T , d REMOVE 314130 P03 165229 , COMCAST LEGEND �- ` APPROVED 4127 STING ` CPDXX-COMCAST PEDESTAL '.f 64127 CVOXX-COMCAST VAULT 'y ! CROXX-COMCAST RISERt w CNOXX-COMCAST NODE I t 1 > PSOXX-COMCAST POWER SUPPLY COMCAST ADDS-101118283 Kent i u 4th and Willis Prelim05072019.dwf t 11walynjtbi021etajo0docs17781313127sipn\Coax\ I .t Preliminary MUM4p WorkICOMCAS1DeT PO 2 ADDS-101118263 Ken[4th antl Willis Prelim05072019.dwf created:5012019,10:24:05 AM last modified.7/11/2019,11:18:40 AM - I A q W Titus St T t > t °; F a" JT#284014 WORKPLACE RE IT#259270 U) CANCEL[En EF t a +'NA;tily� ,-R03 314147/165250 I 4 I i I I W Saar St W Saar St I APPROVED 314130/169229 By jstee1003 at 7/11/2019,1:09 PM I Q L ( I d REMOVE EXISTING AERIAL I s A S Kent des Moines Rd I I A I cRoz ID 314107/165228 1 4" 260,1-4" to CV01 CV02 SGLB2436 2_4,2.2.' 3_4„ rJ W Willis St K W Willis St b�t W Willis St � ry DP, �n I _ CR02.1 ' t REMOVE EXISTING AERIAL I w.kgKN020-FINAL COMCAST-FIBER DUCT AND VAULT.dwf 702'TOTAL \\walynjtbi02\seajobdoa\776\313127\Design\Coa x\Preliminary Markup WowwakgKN020-FINAL ; 01 COMCAST-FIBER DUCT AND VAULTAM created:7/11/2019,1:08:48 PM ast mod,fied.7/1,/2019,1 08:49 PM 314096/165227 1-4" D m TRAFFIC CONTROL PLANS Willis & 4`h Roundabout Joint Utility Trench/Leyrer A - 5 August 12, 2019 Project Number: 18-3020 SIGN SPACING =X TABLE(1) FREEWAYS&EXPRESSWAYS 55/70 MPH 1S00't CHANNELIZATION DEVICE TRAFFIC CONTROL PLAN RURAL HIGHWAYS 60 155 MPH g00 i SPACING feat KENT, WA MPH TAPER TANGENT RURAL ROADS 45/55 MPH 500'3 5GN0 40 80 !V N RURAL ROADS&URBAN ARTERIALS 35 140 MPH 350't 35145 30 60 RURAL ROADS&URBAN ARTERIALS 25 130 MPH 200't(2) 2530 20 40 RESIDENTAL&BUSINESS DISTRICTS 48'X 24" URBAN STREETS 25 MPH OR LESS 100't(2) W E (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE (OPTIONAL) NO END A ROAD RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT G20-2 ROADWAY CONDITIONS. S ROAD MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) WORK I NOT TO SCALE AHEAD LANE Posted Speed(mph) W20-1 fte0 25 30 35 d0 d5 50 55 EO 65 10 X=200' I I WORK AHEAD 10 105 150 205 2T0 d50 500 550 - - - 11 115 165 i25 .5 495 550 605 660 - - RICLOSED E 1/V20-1 AHEAD 12 125 160 2'15 320 540 EDO 660 t20 rB0 840 ANEAD W20-5R X=200' I MANDATORY Contact WSDOT NW Region Radio I approx.5 min.prior to start of W4-2Lses closure and again immediately after LEGEND X=200' I opening ROW. ® WORK AREA I I 206-440-4490 ••"' 36"STANDARD DRUM ( W TITUS ST wSDCT e*A e+ 36"DELINEATOR POST APPROVED AS NOTED 41 SIGN LOCATION L=165' ® PROTECTIVE/WORK VEHICLE WSDOT-NW REGION EXISTING TRAFFIC FLOW �I 0 TRAFFIC OPERATIONS ❑ 0 30 TEMPORARY TRAFFIC FLOW I I : o SEQUENTIAL ARROWBOARD ( 01 ❑ W1-4 0 d I 0 SEE PAGE 23 DETOUR(a)FOR DETOUR DETAILS 9 b � � a Qa xz uz=85' I d ADVANCE WARNING SIGNS 48"X 60" Q SPACED @(X)OR AS SPACE ALLOWS. ROAD o REFER TO SIGN SPACING CHART WILL BE b CLOSED Q 1 25 —TO XAM TO XPM P *V1211.1 Rll-1501ae":30 SHALL MAINTAIN 11' ROAD � MIN.IANE WIDTH. DISPLAY 5 DAYS IN cLoseDl J� MAY OFFSET DRUMS+ a ADVANCE OF CLOSURE I R11 2 I 48"x 18 I ■ ROAD18"X 24" WORKM4-tOR J� AHEADDETOUR / W2O 1 AHEADOXLYW20_P W SAAR ST R3-5R- 1 - O 7 i* ROAD 48'x 30" DETOUR AHEAD ROAD �7 4ROAD I O W2-401 CLOSED W20-3 W20-2 30'x3O" R11-2 _L_ 111 CLOSED- 48'x 18' f R11j MATCH SHEET 1b R5;1 M4-10L 1 WASNINGTON STATE TRAFFIC CONTROL GENERAL NOTES: SUPERVISOR O ROAD WORK 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. NAME:ChHE.phe,DG,.- AHEAD iCS CARD# 010124 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND KENT EX' DATE 1/Of/1020 DATES(OPTIONAL). 4 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF W A s ,.c T o N ROAD WORK(MANDATORY) 5 BUSINESS DAYS: 206-477-1140. CONTRACTOR TBD 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD SUPERVISOR JOB NAME CONDITIONS. 4th&Willis Joint Utility Trench 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. PHONE NUMBER(afi-) PROJECT LOCATION 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. Kent WA 7. CHANNELIZATION DEVICES ARE 36'STANDARD DRUMS&36" PHONE NUMBER(fax) SHEET NUMBER DATE DELINEATOR POSTS(see TABLE(1)for spacing distances). la 4124/19 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE PREPARED o PHONE# INTERSECTIONS AND/OR DRIVEWAYS. CMAis Grose 1IL 1 chris@trafficcontrol plan.net fLsQwOi w �o Z W W z J oo zz V U °W oow m LL I I i a' WCQioj ~ = c r� fyu w c W 0 A w o I I •z� p � _ LL W o N O U - o C7 O LL ``'' C w w a Nay Q Sri ° ° �UFu z LL a o W r I I z V O Q I I z w Z O o LD y I L I J M fn CZ0W H ~ y I I N I I J ZZ z wtR 3� p zp w O O LL O� p LL �M a N< a. 3� S3AVC o d v m O A m a m cm W z 0 z / `o E & Q o� m 0 � c _ �; Fc�woRR N £ e� � 0 X C C O. N V N CL O s = ■ qq 0 N M Z � a E �9 + z H Z O Z f T /a Z O / a Q t..l � O w yaj QyOVC z H- 00 J Z Q mMK c'2 9 $ W ♦♦• y z cc i ¢Oul U • O OU N = pyiO�O Q 3 2!Z S �g Q _ • —� z J W C p w W M zsxsR J p3 �z�mr> ■ r s: n o�� � , : w v=i V K�,n 0 O�W�O D S3AVb z 0z W��C eU mom w wU W ■ CD < 1 a 8 mO : Q W Q N m O H�J-Z-Z UQZH�'Q � 3Z m �a zao��oz �5;2aw 2Z 3 € yloo ",zz>,,��03 OT 133HS HOIVW fir. ins` vaio~,zwav> W h�W ZONy ZZN2' g �H W 4 p U v�Ud Qcap Q? M C 6 a0 Z W w zdv��a 0- ti MATCH SHEET lb °y�Y O ❑ H r, w co y FmC W W I ❑ zO w w �H ` I ElW= ,f Y w�p ww �ti � E3 Z ~ O 1 0 w L�•�. a U w I O o I J LL OJ V I ❑ � LL LL fm o z LL Q � I o I- o N Z N 1 WI io X +: J M N W H W o ❑ I rn r2 O pzm r m o I oa� o E � I ❑ r3"E z I oz' = o w z a A N Y � Ncl =�o ;t I o i64 N U A c O M 11 X m W z o O o� q=F o A R Ow o z ^�� o wy I!1 O C7� W= f a R X a 3 S ppU N O ZO + w a > F U x x a 3� s � I II z 01— a g $ O a W & � K X 9 O m O v V _ R r I p o J Y m Q o p z g co I 8N O zQ r3o F- QW Z o m � Q U � c 0 Sz6 QJ J W O w p� =v oi�o I I NWa�ar� »aQ <a z u w9-9m- 1 J zJoo�oo >z�o,�z N y mdS 1 I 1 Q Y Z y Q,c C7 O �z>N 'Z� z J p Y O Q9 2,H, y a w o w ad In F-3 P'D z a I N y W ONZO F NZ ``pNd K rc m u�y J O Q J O m O J 2^J~ z o Q &Z W U a a c.�`.a z ty N M R N L D 1 W SIGN SPACING =X TA a DEVICE TRAFFIC CONTROL PLAN FREEWNYS 8 E%PRESSWAYS SS IT0 MPH 150Dx etRURAL HIGHWAYS GO 165 MPH R003 TANGENT KENT, WA RURAL ROADS 45155 MPH MKIx so N RURAL ROADS S URBAN ARTERIALS 35 110 MPH 350's 50 RURAL ROADS S URBAN ARTERIALS 35Im MPH 20px G) 40 RESIDENTAL A BUSINESS DISTRICTS ��/ i� URBAN STREETS 25 MPH OR LESS 107x(2) YY E (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT O IW206-1 S ROADWAY CONDITIONS. A MINIMUM LANE CLOSURE TAPER LENGTH.L(feet) 48"X 60 NOTTOSCALE LANE Posted Speed(mph) ROAD 0-" 25 30 35 40 45 50 55 6O 65 TO WILL BE 10 105150205 2T0 450550 CLOSED 11 ns 16s 22sawoTa�w. ADDITIONAL 12 us 1m zes 3zD w 600 66o rm Teo e4D R9-11 PLACED AT %AM TG%PM W GOWE ST I 1 MANDATORY R11-1501 24 x 36"B/W Contact WSDOT NW Region Radio DISPLAY 5 DAYS IN w I approx.5 min.prior to start of ADVANCE OF CLOSURE cLOSED I IF48'x24 US ST closure and again immediately after AHEAD opening ROW. R9-11 I " Adolk�- R4.o�Rq'(OPTIONAL) �// 206-440-4490 LEGEND I G20-2 NfSDOT ROAD 141 WORK ® WORK AREA AHEAD W20-1 APPROVED AS NOTED I I • 36"STANDARD DRUM X=200' � *i SIGN LOCATION RIGHT ANE I Iry O5E0 WSDOT-NW REGION axEAo I TRAFFIC OPERATIONS ® PROTECTIVE/WORK VEHICLE wz0-sR X=200' EXISTING TRAFFIC FLOW ♦••R TEMPORARY TRAFFIC FLOW I N W4-2L SEQUENTIAL ARROWBOARD X=200' < I I ADVANCE WARNING SIGNS SPACED @(X)OR AS SPACE ALLOWS. NO ENCROACHMENT ON REFER TO SIGN SPACING CHART I THIS TRAVELED LANE IS 1 PERMITTED. 25 IF ENCROACHMENT IS T L=165' ■I I NECESSARY,LANE SHALL IROAD BE CLOSED CLOSED AHEADL y W20-3 r1l 1 d I � ROAD 36'x 24" �{ WORK 4 AHEAD DETOUR CROSSWALK . W20-1 AHEAD CLOSED • W20.2 W SAAR ST R9-3XC , ■ ■ ��7ROADaosEDDETOURANEAOAHEADW20-3 W20-2ROAD48'K 30' WORKCLOSEDI I I I I AHEAD W20-1 30"x 30" R11-2 SEE PAGE 23 DETOUR(J FOR DETOUR DETAILS R%-1 M4-10L WASHINGTON STATE TRAFFIC CONTROL GENERAL NOTES: SUPERVISOR O ROAD WORK 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. NAME:ChH..phe,Dclose AHEAD 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND TCS CARD# 010124 EXP GATE„]1/2020 DATES(OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF KENT ROAD WORK(MANDATOP' +>5...I c T o I 5 BUSINESS DAYS: 206- CONTRACTOR TBD 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. SUPERVISOR JOB NAME 4th&Willis Joint Utilit Trench 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. PHONE NUMBER(ofBoo) PROJECT LOCATION 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. Kent WA 7. CHANNELIZATION DEVICES ARE 36"STANDARD DRUMS(see TABLE PHONE NUMBER IT-) SHEET NUMBER DATE (1)for spacing distances). 2 4/24/19 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE PREPARED BY PHONE# INTERSECTIONS AND/OR DRIVEWAYS. Chris Grose -1 1 E-MAIL Chris@traffi ccontrol Ian.net SIGN SPACING -X TABLE(1) FREEWAYS S EXPRESSWAYS 55170 MPH 1500t CHANNELIZATION DEVICE TRAFFIC CONTROL PLAN RURAL HIGHWAYS BIG MPH eoot SPACING feet)MPH TAPER TANGENT KENT,WA RURAL ROADS 45155 MPH 5011 RURAL ROADS S URBAN ARTERIALS 15/4U MPH 350f 50/10 40 BO N 35M5 30 50 RURAL ROADS K URBAN ARTERIALS 25 I.MPH 20G,E(2) 2530 1 20 40 RESIDENTAL S BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 107t(2) 48"x 24" YY�I) E (1)All SPA ING MAY BE RAMPS.AT-GRADE INTERSECTIONS AND RIVEWAYSUSTED TO ACCOMMODATE NTERCHANGE (OPTIONAL) B_° CG THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROATIMY CONDITIONS. G20-2 S NOT TO SCALE MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) LANE Posted Speed(mph) ROAD ROAD (1� 25 30 35 4G 45 50 55 SO 65 TO WORK I IAW20-1 AHEAD 10 W5 tsD 205 270 450 5GG ssG - - - VVPO-� 11 115 165 225 295 495 550 6G5 660 - - I I 12 125 ISO 245 320 540 6G0 660 n0 ]60 840 X=200' I I R IGHT MANDATORY Contact WSDOT NW Region Radio approx.5 min.prior to start of LEGEND X=200' — closure and again immediately after opening ROW. ® WORK AREA ` �� 206-440-4490 ' 36"STANDARD DRUM W4-2L I I W TITUS ST SDO X=200' wsooT ..... 36"DELINEATOR POST I I APPROVED AS NOTED 44 SIGN LOCATION II I ® PROTECTIVEIWORK VEHICLE ®4 �--WSDOT-NW REGION EXISTING TRAFFIC FLOW 0 _ ❑ I '® TRAFFIC OPERATIONS ■■■ TEMPORARY TRAFFIC FLOW L=165' ® 0 30 C<< SEQUENTIAL ARROWBOARD1 G 01 0 SEE PAGE 23 DETOUR(a)FOR DETOUR DETAILS q b H � ; 0 OA w,-a 9 b ADVANCE WARNING SIGNS 48"x 60" 4 Q SPACED @(X)OR AS SPACE ALLOWS. ROAD 0 REFER TO SIGN SPACING CHART WILL BE q b -- CLOSED G P 25 . TO SAN TO X. U2=85' I❑ 1 ❑ 0 SHALL MAINTAIN 11' RDaD R 11-1501 ctosro b MIN.LANE WIDTH. axEAo r„ DISPLAY 5 DAYS IN '❑ MAY OFFSET DRUMS W20-3 a ADVANCE OF CLOSURE q M, t 18"X 24" B • III 0-1 DETOUR AHEAD ON, W20-2 W SAAR ST W20-7a I Q R3-5R O .r 1 AN t _ IS see ■ •1 - n �0 48-x 30" ;W2. T3W2.-2 ROADCLOSED 3 x3o 11� . RnzIMATCH SHEET 4 48'x 18'M4-10L WASHINGTON STATE TRAFFIC CONTROL GENERAL NOTES: SUPERVISOR ROAD WORK 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. NAME:ChdstoPNe.D G.ose AHEAD 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND TCSCARDk o+0+24 KEN T EXP DATE ""2020 DATES(OPTIONAL). cf v"CTp ,-a�e 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF W A5.+1 NG TOH ROAD WORK(MANDATORY) 5 BUSINESS DAYS: 206477-1140. CONTRACTOR TBD 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD SUPERVISOR JOB NAME CONDITIONS. 4th&Willis Joint Utility Trench 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. PHONE NUMBER"'T") PROJECT LOCATION 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. Kent WA 7. CHANNELIZATfON DEVICES ARE 36'STANDARD DRUMS&36" PHONE NUMBER(Tax) SHEET NUMBER DATE DELINEATOR POSTS(see TABLE(1)for spacing distances). 3 4/24/19 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE PREPARED BY PHONE# INTERSECTIONS AND/OR DRIVEWAYS. Chris Grose IEMAIL chris@trafficcontroIplan.net w �=oQ� Z -o N Q Q Z N N C Q�W 0 C !� J N O x N U �3a wY N � m V - & z o oa ~ mOC 2co W U- � o■ W �CF F- LL t= w Eati c W N p I I 3 C/] i w v d' s 10 H Y N O 0 11 p x u 509 a u n C o O x LL 3 x K d d' CJ �' f 3 o x x zCjW u C3 � o o0 � � Q c W G Z Q > ~ ccQ C d Z Cl N I I O Q Q W 0 W Z O W X W N O Z fn 2 O C7 J M M N d W H in y ■ I I y cl Z N ■ s ■ II -. .® I I O O 0 ■ i■ J— ® I y,0 Z �a ■ 1 o z a W a;a 0cr U �M ® a. O LL a c 3� S3Atl£ o m CD rn m T m U C o �O W ! m m d � 2UQH > G �� E S S S w D Mm N ® a Z o E m Ise* ONw UZ $s< W�Qn ZD o.� N O_ LL I coa -izO-� LLH ■ Zly � y E c93 nga�= aQo �� ■ ® 5W � _0 cc ■I zWS Ud f o rmal WQ Z y V / I = y 0 , 44 K n .m D a J z W U u 0 U Q W H ? W= ` y S J Q=p Z d Z ^ H R =y LL OU Q ♦ 1 Z d'p InLL J d O • O C 1 W $ Jdtn Q ~ ® / 2W0 Q 3 S-" N Q d U W J 2 y z qq Q FJ N tj C7 t o 3 = Fl V S z N Z E N Nx + z y Z O z �� . / G 6 2 Q X N $ o� Zy3 3— CL d rz / >a�W. o pp w[7 Oa n c°i Fl Z0 QN Q C U x yy X x ry W H I=C O �=� u~5ks n F f7 ~N z W Q W OaO ,. � ♦■■■�� �O OJ z Q m N� �rL ss sue _ _ �- • Via- S �" O a azoa� J - =1■• t �� � W zW C O WON OQ i a Z i °ap ~ ♦♦ = —� Z V z O z zNM�.OQ Kpa ♦ O J J W fOi V J C J W W no91 ■ NV �NrW tO.l NHOO z N o S 3Atl b (7 m n ■ Z W K V pp W U "r C7 2tN mpg- W 8& ■ Q O N> U a 0 O N m 2 W aa l9 g Z wo O W 1�0 m 2i < =W m8 zJOC.��00 �m milU aUFi9Yy Zy W�Qy.ZO <mm azy CI 33HS H31VII NOOz Pz=! F w z J O W Q�_ J H U t 1 94 K HW M �� NLLWd'GNZGI-NzzNc JOQ JOm�O4'J2WJZ p QZp4d nNC.1n.000Q_ 16 I_ N 1 ` i Q Q W G T� o oxo roc°N nJ H MATCH SHEET 4 °YW■I V C� � ILH ❑ ya WUO S t w C ❑III S w C H 1 I ° s w m mo W= ° ° � � I o I � �/< o 0 o a� wLfL 1 i N a i U w u I O p , O a I o a 's 1 o z o s 1 z Z Z y W f0 � X W � ■�, I cn J M !n W H - ■ p r a "� = J • y o Y Z I- a v N � mc-o0 El OWN M I W z X O W W om Z 2 oc Q0 1 ■ pZ 2 y t�f Z 30 m= aaa X a za apU N O ZO I � W n x x I =oo Q o Wa a 3� r Z Z. H , W $ N N a J J O Q Y Q C i nV 4 �W LO O Np y 0 O 2 00 w Hcorn ati O U y Z p y= O> aa'i `s ° s°rc"a ■ "�'$a n G I I Z C7 2 c U� O T w � czOaNm K> mao > g a a <�¢o h Q O Q y x v Z 9 Z Q Q �v J 111 NJzo�Q '"" o 1 Qodzzocz-z>NN . Do 3 m 'b 3 z J O Y <.2.z� y"w w <z>a 2>- rn w z a�n MO. n N�y� 6a I W 1':... ZO F-fnZ OtnC 23 J I�W V. 2 O J a" J� Nil F azoa' nc�aacx�a3 SIGN SPACING =X MINIMUM LANE CLOSURE TAPER LENGTH =L(het) FREEWAYS S EXPRESSWAYS 55I70 MPH 1A0'3 TRAFFIC CONTROL PLAN RURAL HIGHWAYS SO 165 MPH 800'i Poed Speed(mph) WN KENT,WA RURAL ROADS 45155 MPH 50C3 (Epp 25 30 35 40 45 50 55 SO 65 70 N RURAL ROADS S URBAN ARTERIALS 35 140 MPH 35)'3 10 105 ISO 205 270 45C BBB 5W RURAL ROADS A URBAN ARTERIALS 25 130 MPH 20p'3(2) RESIDENTAL S BUSINESS DISTRICTS 11 115 165 225 295 495 550 SOS - URBAN STREETS 25 MPH OR LESS 100'S(2) 12 In 'SO 245 3" 540 600 660 720 780 640 YY L, (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS.AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD ROADWAY CONDITIONS. WORK S AHEAD I I 48"X 24" TABLE(1) W20-1 Exo NOT TO SCALE CHANNELIZATION DEVICE I I aow (OPTIONAL) SPACING hat X=20O' G20-2 MPH TAPER TANGENT SORO 40 aD *w20-5R I I 3514$ 30 50 25/30 20 40 I I h W X=200' MANDATORY Contact WSDOT NW Region Radio I I I approx.5 min.prior to start of W4-21 closure and again immediately after X=200' I I opening ROW. I 206-440-4490WrAfF — I•® T S" w3aw •Ia ® • li ADVANCE WARNING SIGNS SPACED @(X)OR AS SPACE 13 ®I ALLOWS. APPROVED AS NOTED L'165' 13 E3 REFER TO SIGN SPACING CHART to � WSDOT-NW REGION ® ROAD TRAFFIC OPERATIONS • I® I♦ WORK j x 24" ® AHEAD T 1 W20-1 I , DxLr R3-5R I I — � I 1a°/fX�za" W SAAR ST ROAD ONLY AHEAD R3-SR • r3J W20-1 •e�'y\ A ' ®I * W2-401 ■ LEGEND IMP 5.02 ROAD ® WORK AREA AHEAD Wz0-1 36"STANDARD DRUM a �t- 41 SIGN LOCATION Us .•• ••• ♦ t • [BePROTECTIVE/WORK VEHICLE 1 J ♦ �� �— EXISTING TRAFFIC FLOW 4■•• TEMPORARY TRAFFIC FLOW SEQUENTIAL ARROWBOARD \ ROAD ' WORK I ' AHEAD 1 W20-1 WASHINGTON STATE TRAFFIC CONTROL GENERAL NOTES: SUPERVISOR O ROAD WORK 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. NAME:Cnnalopne.DG. AHEAD 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND TCSCARD# 01 124 KENT EXP DATE f/31/2020 DATES(OPTIONAL). c P s+�.G._ 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK(MANDATORY) W.5 H.N G T O N 5 BUSINESS DAYS: 206-477-1140. CONTRACTOR TBD 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD SUPERVISOR OB NAME CONDITIONS. 4th 8 Willis Joint Utili Trench 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. PHONE NUMBER(omce) PROJECT LOCATION 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. Kent WA 7. CHANNELIZATI ON DEVICES ARE 36'STANDARD DRUMS (see TABLE PHONE NUMBER(fax) SHEET NUMBER DATE (1)for spacing distances). 6 4/24/19 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE PREPARED BY PHONE# INTERSECTIONS AND/OR DRIVEWAYS. Chris Grose 253-258-1 41-L-d EMAIL chris@traffic control Ian.net u G UD¢Q Z Q v MATCH SHEET 6 p z 3 �� U Q �El m 3 f U- H h caio r w c Q z � g�a a w I I I ° U N ` w� I _ zap� o �o �a•c wtft I O o I J LL � LL LL O Z LL C O ¢ H I O Q I 13 z z < z o ti z h a L0 J M N W 1- ■ W � ■ I � x Z , ■ � A C c ® I mod v J o@ z N E � z ® a 3 o E W Y I y c v 0 N t;A OWN ❑ o I ❑ o N U m c O M IEl O I I x 3 t- =a�Ra o ZN SV r- w O Z 2y M Z W O S 9 II In wU 1y,T.ul x p 0 Z a x x CL a 3� o a " "R a = E Z x a99 1 o I CO U W ■j LL H W y C7 o I LO I =P Q a Sys a I VJ O O ci m mo w¢ ci o f i i f Rg I Z J O ypj w W"� O O J J w RSR Q (■ L+"R a w �c<� I W yY O'Nn0 OON Od' 3 66 r N oFw I W 2 w y Q O N Y U ao O N m Z Es <iw0 N w Q O Q Y w Z 9¢N Z Q O U Y O Z Z JOYpwd�~Zw aQw ¢��ZOJa„'ww SIGN SPACING -X TABLE(1) FREEWAYS&EXPRESSWAYS 55170 MPH 1500': CHANNELIZATION DEVICE TRAFFIC CONTROL PLAN SPACING feet RURAL HIGHWAYS 60 165 MPH 800's MPH TAPER TANGENT KENT,WA RURAL ROADS 45 155 MPH 500'x SONG 40 B0 N RURAL ROADS&URBAN ARMRALS 15140 MPH 350x 35145 30 60 RURAL ROADS 8 URBAN ARTEPoALS 25 130 MPH 2072(2) 2W30Y30 20 40 RESIDENTAL&BUSINESS DISTRICTS �i� URBAN STREETS 25 MPH OR LESS 100E(2) YY E (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS, S NOT TO SCALE MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) LANE Posted Speed(mph) WIDTH (( ) 25 30 35 4D 45 50 55 60 65 70 10 105 1 150 1 205 271 450 500 550 11 115 t65 225 295 49s 550 SO, - 12 125 1 IN 245 320 540 NO 66D 720 780 B40 48"x 24' R,4KID MANDATORY G20-2 (OPTIONAL) Contact WSDOT NW Region Radio approx.5 min.prior to start of closure and again immediately after WORK 1 LEGEND opening ROW. AHEAD W20-1 I I ® WORK AREA Adft X=200' wN206-440-4490 I I ■Is Is Is 36"STANDARD DRUM WSDOT *W21-5L I •••• 36"DELINEATOR POST APPROVED AS NOTED X=200' I I 44 SIGN LOCATION I PROTECTIVE/WORK VEHICLE WSDOT-NW REGION W4-2R I I w EXISTING TRAFFIC FLOW TRAFFIC OPERATIONS a X=200' 1 c ♦■■■ TEMPORARY TRAFFIC FLOW SEQUENTIAL ARROWBOARD 48"x 60" ROAD L=165' I■ WILL BE X f CLOSED GNU TO TOXe Rl l-1501 ADVANCE WARNING SIGNS 6 1 SPACED @(X)OR AS SPACE DISPLAY 5 DAYS IN ALLOWS. ADVANCE OF CLOSURE REFER TO SIGN SPACING CHART ❑ W2-401 1 w 1 ROAD 18"x 24" WORK AHEAD ■� 1 �rJzo-, • 25 i I ONLY <j� A, R3-5R �W2 ass, T* I M asse �■ ■ . 0 24"x 24" W SAAR ST ;1121t)-1*W2*0-1a ROAD R3-1 TCH SHEET 9 SHALL MAINTAIN MIN.LANE WIDTH.. MAY OFFSET DRUMS WASHINGTON STATE TRAFFIC CONTROL GENERAL NOTES: SUPERVISOR ROAD WORR 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. NAME Chrlstophe7D G. AHEAD 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND TCS CARD# D1D124 DATES(OPTIONAL). KENT EXP DATE 1/91/2020 3. ALERT, ;vTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK I,ti1ANDATORY) ..A,-I I G T o N 5 BUSINESS DAYS: 206-477-1140 CONTRACTOR TBD 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD SUPERVISOR oe NAME CONDITIONS. 4th&Willis Joint UtilityTrench 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. PHONE NUMBER(enure) PROJECT LOCATION 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. 2 _ Kent,WA 7. CHANNELIZATION DEVICES ARE 36'STANDARD DRUMS&36" PHONE NUMBER(fa.) SHEET NUMBER DATE DELINEATOR POSTS(see TABLE(1)for spacing distances). 8 4/24/19 B. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE PREPARED BY PHONE# INTERSECTIONS AND/OR DRIVEWAYS. Chris Grose 4 MAL E Chris@traffic control Ian.net i uO3� Z W J O OJ O�eC V... N Q N p 6 d'W �r ��` _wx J rca O � K o / / m� oo^ v •`� w so � �y = • Sa YiUO � ~ � w w C be W c7 a y ■ / / � 1 n 3 V] i�w � � i ICo 2 N 1— O C A U Z C, �� ■ i z w w "' oa�w off ° y 'm ® _ 00 U _ z °u L O O z U w u w _ ■ � .. ' • a''=N■ ■ 0 ■■■JI N w S `$Iy0 m IX a � t �z w t9 I ■ O zm v A CDO > C1 I I 0 . a } rn«°v p I o i3c 0 E J 1 1 Q 3 0.E oz - CDI z � CL N �* I � 3E ■ � ■ c . c ■ ■ .'c U A a O ■ I � I C I ® I C' ■ N I Iin 0 Z W Z ~O 30 w v� I D ILn a 3 a W I O z p G ❑ I O � O li x I ° a � � I ° � J N. L) ■ O W LL °diet I ® ■ c a I ■ I c a a I ■ c F W o z o I W y o z a oas3 I ■ CD CD Cl) W a J M M y W w o` I 0Q c9w<RR ■ I z C U - a O C O M W 06^f� YE u~Q d I F ; O 00, W w W a 'azcA� k' c I I ■� H Z W O W 8 lw n p O U I Z O O Y a Z i i i O Ogg I I O ■ � MOB: o�o I K N Z NV �>rO tO.) yla-OO *2.-g W awu�vi y r2 J z z y Q U Q z N Y Q 2 °S�gg S ;wo O p W 7 Q Y = O O a W ??W dmo + I M Q a U Y 0 2 y Y r!Q O a U' Z. z G U � u r II o N O _z N y 1. z> �!- ee r aig I OR x C7Y ]G zN USR x XK zw Qa tw bES�<� y� a3s wCaWCm L,z0 J=J JW �����p� � �■ ¢zO¢o:�nyc�aacaca? 3 c%i of v vi Co r m SIGN SPACING X TA CHANNELIZATION DEVICE TRAFFIC CONTROL PLAN FREEWAYS 8 EKPRESSWAYS 55 in MPH i500s SPACING feet RURAL HIGHWAYS 60155 MPH 800s MPH TAPER TANGENT KENT,WA �i RURAL ROAD$ AS 155 MPH 507s 5070 40 BO LV RURAL ROADS S URBAN ARTERIALS 35/40 MPH 350t 35145 30 1 W RURAL ROADS d URBAN ARTERIALS 25 130 MPH 207*(2) 25W 20 40 RESIDENTAL A BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100t(2) W E (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRAOE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS, S NOT TO SCALE MINIMUM LANE CLOSURE TAPER LENGTH .L(feet) LANE Posted Speed(mph) I (ig.0 25 M 35 40 as 50 ss Be 65 70 I I 10 105 1 150 20s 210 4. 500 550 11 115 165 225 — — 550 MI5 - - 12 12s tSo 24s 320 I 540 I BDO WO 720 780 W MANDATORY I I Contact WSDOT NW Region Radio approx.5 min.prior to start of I I W TITUS ST closure and again immediately after opening ROW. I I 206-440-4490 I I UVSDOT ROAD WORK AHED I I APPROVED AS NOTED W f X=200' I I 30 LEGEND I I *W2.-j WSDOT-NW REGION ■•.M• 36"STANDARD DRUM TRAFFIC OPERATIONS H SIGN LOCATION X=200' I I EXISTING TRAFFIC FLOW I I I n •••♦ TEMPORARY TRAFFIC FLOW Wa-2L I I a X=200' < SEQUENTIAL ARROWBOARD I I ;I I • i I NO ENCROACHMENT ON • THIS TRAVELED LANE IS _ I PERMITTED. 25 L=165' IF ENCROACHMENT IS I I NECESSARY,LANE SHALL J tI BE CLOSED 1 I y • I W a I N tW20-1 j�W�220-71D I W SAAR ST9 I d I I I o . I 9: I ADVANCE WARNING SIGNS ROAD SPACED @(X)OR AS SPACE AHEAD • ALLOWS. W20 REFER TO SIGN SPACING CHART W20-7a 7F MATCH HEET 11 � 1 WASHINGTON STATE TRAFFIC CONTROL GENERAL NOTES: SUPERVISOR O ROAD 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. NAME.ChFIsWph.FG GFos. aHEAD 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND TCS CARD# BID124 KENT EXP DATE 1/31R 020 DATES(OPTIONAL). G0" 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF w A s»I N o T o N ROAD WORK(MANDATORY) 5 BUSINESS DAYS: 206-477-1140. CONTRACTOR TBD 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD SUPERVISOR OB NAME CONDITIONS. 4th&Willis Joint Utility Trench 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. PHONE NUMBER(*B") PROJECT LOCATION 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. Kent WA 7. CHANNELIZAT16N DEVICES ARE 36"STANDARD DRUMS(see TABLE PHONE NUMBER(fax) SHEET NUMBER DATE (1)for spacing distances). 10 4/24/19 253-258-1 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE PREPARED BY PHONE# INTERSECTIONS AND/OR DRIVEWAYS. Chris Grose EMAL chris@trafficcontro I Ian.net w Zo W W Zdu3 J L) m � d � u _ I I O x $y N O c a ZCJ 0 o II J y Qoo � N w x Q 5 v vo I I o CA �= W a Z oW. as d U O K O I I r7 gy¢ 'c i t c W = u N N ~ Y > > 4v— 3 3 x I I o p Z a I I �O V w w W p Q H Q N x O m m m p Q H O W z O W II I I H = y Z' Z' ¢ w z O y a r- coo o Q@) z x x a,_ w J_ ® I I �M o a A O S3Atl£ �`o 0r� v rn LL z l w E Q O J D Lu O Z c c O n'm 3 N U 04 QQ W Z U J LL 0 Z J O 62 LL LL' W At Y U A U O W W ~N J a:LLJ Q0J J� wo O z W ~ J J Z ® J y l J ess a=o L) >Q1- x y LL J K W O Z N Z m J 60.0 1 x / H O 00 po 2 z 2� 2 a 3 ® sa Z ct 2 4z / / �O C ?mo a. w ..zdm F N W ? a o ® p U W 0 ?O V --ul W lz LL U d O Q O m N U W J LaCn z 8 ® / z y w S • I y U U CD d Z / n z 0 z cc ','' ■ w J fOf' ^ J z U ri Q c y H 5 U Imo/ o O z o C=y a O _ Q Q y C. Q C 2 H y z W Q O � � s _ S3Atlh �� o zm Y3:Q 2 ZNo a a W= o zW = QON ay UO N z ZyiD �Q O W W W W O 3: ■ � V� J co A1I • r Yea'; Q ��� I N 1 I w =y O ^O ��a y> O W W W V Cc,^n W O .O O w w U J z �z y■ ■ J Z O z W�� aZ �O1'o ly 1'V mQo f O V C7 o m W x W ly y W ® ® T 1 W �CNY UaDO Am Z z q ga wawa �m AQ xvz`-'aa m mo W I s ® I 1 Z J O f0.1 p z > a�Z 1. Y pp 1' I QCQa1=c�wycz—z>�� zo Z OO]CO W dOP z W yU 1V++ W�OyzOHfnz ww Ov 0c�a-<axU133HS H3lVW zQ V N M V 6116 n W T� tO¢wrn � y MATCH SHEET II 0 z UO z JI1 �• °111 �o � �a o ° ce „o N; roo y w IZ � w ° o� 3� i w v o m W C °I uj a N pc 13 I 0 ¢ ° o < it ■ c ,"—� a z I o � ❑ o z a I o a a I Q Z 0 z o W w y Z y o =3CY ° W tp X W Wim to N o y W Z II 'O A O ■ • J T Q1 cn J � • G W 0 o R O E Z O Z O Y = F n m N � co -0 0 CC N I isKmc ❑ I M U m Ta O 11 K W d X W zg~ 0 A r I G O Z y O Z WOJ` y 6 O lyC7j H 2q ❑ I II Z Q m� �Sa ❑ X O Zp w a� x X Q 3� E � M It s . � R X n I � e o I a o I N N on a g v J � � iyry 3 I IenLn g I O WO a i� a W 3ys a Z a o oo _ az yo 0 =� J m a � r. zip I cco Z.U i$s4s ° g � I z JW o vW zy ' 03 n S R = O� I J J U V J W W y p n n m oFw I 2 U. Z W ~K R K U w O O 2 I U W=..0o m K x> yQo U ? ?w � viQ �eZ">a m u=i O'o Q y c7 3 W m J J ZUp��Nt� >Z� �LDZ x =�iW�Q.,coo C' U2> N m?h- I �OOyCOZy�C~J Wz W HQw I 1 ~v� —y 2 2 a y I I � y W VJF-C'."ZOI-(n2 yC' J N W�= V. Z O J a � _, cli n SIGN SPACING x TRAFFIC CONTROL PLAN FREEWAYS 8 E%PRESSWAYS 55/N MPH 1500E RURAL HIGHWAYS SO 155 MPH 800a KENT,WA RURAL ROAD$ 45155 MPH 5003 N RURAL ROADS d URBAN ARTERIALS 35/40 MPH 350t RURAL ROADS&URBAN ARTERIALS 25 130 MPH 200'S(2) RESIDENTAL d BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 1OOt(2) W E (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS.AT-GRADE INTERSECTIONS AND DRIVEWAYS. 123 THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. S NOT TO SCALE MANDATORY Contact WSDOT NW Region Radio approx.5 min.prior to start of I -- closure and again immediately after opening ROW. M 206-440-4490 wSoorr I I w nrus sr LEGEND I I H SIGN LOCATION APPROVED AS NOTED �— EXISTING TRAFFIC FLOW I I WSDOT-NW REGION I 130 TRAFFIC OPERATIONS I I I I I I I I M I I a v I I I I ADVANCE WARNING SIGNS ROAD I SPACED @(X)OR AS SPACE WORK 25 ALLOWS. AHEAD w2o-i REFER TO SIGN SPACING CHART I I I I J � � BE PREPARED I tW20-1 O STOP w20-7b I AHEAD W SAAR ST I I I I I I I I ROAD �I WORK ■ • 1J AHEAD W20-1 W20-7a �I I I 7�F MATCH SHEET 14 WASH/NGTON STATE TRAFFIC CONTROL SUPERVISOR O ROAD GENERAL NOTES: NAME:RD# 010124 G.ose nFnu • TLS CARD# 0f012d KENT EXP DATE 1/31/2020 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. c:�,�,:��e.4.� 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND w A s +N c T o DATES(OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF CONTRACTOR TBD ROAD WORK(MANDATORY) SUPERVISOR JOB NAME 5 BUSINESS DAYS: 206-477-1140 4th&Willis Joint Utility Trench 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD PHONE NUMBER(office) PROJECT LOCATION CONDITIONS. Kent WA 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. PHONE NUMBER(fa.) SHEET NUMBER DATE 6. ALL SIGNS MIN.48"K 48"UNLESS OTHERWISE SPECIFIED. 13 4/24119 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE PREPARED o PHONE# Chris Grose 253-258-1 INTERSECTIONS AND/OR DRIVEWAYS. EMAIL 9LA *X chris@trafficcontrolplan.net =z w al <�og w w =`i 'a ca) I I cn <�< z N o �� =a N I I c� x „SE F c = W co m 3 LL J C y 2 iii U o ~ L w c 4U- ~ z. W = O N N L) 3 c Z a = O QQ Q Q r W C Y J O • Q w CC W z Q > r ccQ N W i a¢ 0 f Z Y r O W z W 1 I I ^I K > 2LO 2 W LJ w `�' Z O W 2 o I I < W a a rft W G tp C' X W W ■ U K W tf J M y S W r y I••■ I N O ■ �3a O o S3Atl£ In y a d to U z o � oE z LL w r ; E I O JO m Gz o's VQ ] Z0 n�o N Dy W UZ �u> ram J Z U lL U x C Q¢O � � y'c p2LL Lu :z rv� �9 ® U A o LL~W J W J W rc;a H r ® I LL z O� U)LL J d' Z N 00 z J a(1) Q /7 / w 2 O CSO zMW = za " z wa gy = U) / O w In w¢ lui~ COO O � O / O Z¢ d w < F U S / C y o �� ��Tr • ax � a /°na Y • ■ z p y H pC4 co Q ♦ / QUO w LO r W ♦ i$ 3 � O W h W ♦ I ra O • ♦ q r W WE p�p pp 2 Q Z M W W O Q ♦ ♦ J m m�o`o y N a i .11 Z K v W W Z F� ✓ ✓ /I uJiLL o a S zr"� / ♦/ L x je�o • 9p 0 '3i J I w J V A H Z Or O W W $ S3AVti 00 c~.> 00 � Q V� j W C y Q y iaa o :oN z �> z zym orQ % um Uimzo �g^ry�8 ra oFma Hro�rcm'a •■■ �. <aI .■■� +,� .- �� � Ca O O z u aW z c■ zga MWQ rn yW>CI ^.NuN yGaWmy Om0Cz� as QJO H UYp y W O Ct7zo U �..-z y 2>_ �' z F LDO ZO�Ou'a Of-ZJ yaw wY ; Zy�W JOIW�W O�zzO JOaJO m�OO�JS^J~W p j ST133HSH31VW azoaz r yc,aaca`a? 3 1 �N M V y 10 1. y �Uo6wrn Z �.y w i c��°R J cQo MATCH SHEET 14 d y i oy o pia ..uY J7. Oa I ❑ yH W —_'per OC o NPEl ►- Z =�W b l Z�zo �� Z C Z,:ZO I* Hd O Fi"I oo w a t� zy�� 2r_1 C Y F- =z2m QgU� ya' uUo s w OOQ r7 gNa > W W QJQ� Ic I c�i��y 3C/a i�w v o R F— Y O O Q Z W U a U � � �Z W Wm y O W W Z • Z F W J u _ C Zi-LLJ El q Z° a . o C C N ° W= ° N Z Z rz ] N Z K y w w i I o `' � 0 0 Q I i� ❑ . o I W ❑ o a ❑ I ■ � o � m I ❑ s W W 0 I ❑ LL a w I o s c < a I o a a I o Q Z Z W:,,, y O ~ 1 O I Z y U' W N C m II Z '■ 1 J 1O T � }11 prig ❑ � C o E � z b o z° c o Y Z N c c A y Ev0 t� c c �"> U A u 0 I I � >N x > � �S� I W a � p I ti zw S'�� I ❑ O H=am I G O ZN J< M 2N II Z Q x O Q W inzg + w a x a 3� S M u J S x o Iozy E I I o3a� CL h IN N pp X 15116 I � W (� J = m R I J a U Q ❑ C Sf I LO �� ❑ oW� a 2 Q w y 2 h� Z a ❑ ❑ R u I Opy � D: y0 O oo < a youF I H Z W O N a tq O U N _ ❑N� �Q Z��Z I = 8 g g I J J W C �❑ W N ❑ 2 F 7 O�w 00 2 � W ZUZd }}Oip� CVU�❑C LL S u wma I O Q K F C N Y J x O pp 0 <iwo Z. WHO may l7 m w m J 1 1 Z J 2 U"Q❑ ]z N Z N a m w m4 , I Q V 1-U` C'N t_1 Z rL Q,T Z 0 y _ �Qur I�I/�`I1 Z�oYOu'ao�zw � OOQ mZa I 1 y�WC'=�ZZ❑�NZ `pN d' g I h W z o J Q yy yy JOQ OO QZ❑a NUO_6U�Q? Ni r�s a ui co r ao SIGN SPACING •X FREEWAYS&EXPRESSWAYS 55IT0 MPH 1500s TRAFFIC CONTROL PLAN RURAL HIGHWAYS 60I65 MPH M0 KENT,WA RUNAL ROADS 15 155 MPH swO TAT RURAL ROADS&URBAN ARTERIALS 35 140 MPH 350f 1V RURAL ROADS&URBAN ARTERIALS 251W MPH MO (2) RESIDENTAL&BUSINESS DISTRICTS �i� T� URBAN STREETS 25 MPH OR LESS 1001:(2) VY L (1)ALL SPADING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANOE RAMPS,AT-GRADE INTERSECTIONS AND ORNEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. S NOT TO SCALE MANDATORY I I Contact WSDOT NW Region Radio approx.5 min.prior to start of I I closure and again immediately after opening 0W. p / 206-440-4490 LEGEND I I W TITUS ST �I 1 SIGN LOCATION APPROVED AS NOTED �— EXISTING TRAFFIC FLOW I I I I WSDOT-NW REGION I I T TRAFFIC OPERATIONS I I I I I I ADVANCE WARNING SIGNS RoaD I I ti SPACED @(X)OR AS SPACE-► woRK ALLOWS. aHUD I I a WZ9 1 REFER TO SIGN SPACING CHART I I I I I I 25 I I I I N dTH AVE I I W CLOSED QN OSIOGONW DETOUR' LL I I LtW20-1 CUSTOM I I W SAAR ST I I I I I I I I ROAD WOR : • AHEADW20-1 . I II W207 PLAQUE TO TA VE SEE PAGE 23 DETOUR(b)FOR DETOUR DETAILS oe``uR MI M4-9L MATCH SHEET 17 WASNINGTON 57ATE TRAFFIC CONTROL GENERAL NOTES: SUPERVISOR ROAD WORK 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. NAME:CAn—phw D G,o AHEAD 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND TCS CARD# OID124 K E N T EXP.DATE V]V2020 DATES(OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF w A s I H G T o H ROAD WORK(MANDATORY) 5 BUSINESS DAYS: 206477-1140. CONTRACTOR TBD 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD SUPERVISOR JOB NAME CONDITIONS. 4th&Willis Joint Utility Trench 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. PHDNE NUMBER(orH�e) PROJECT LOCATION 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. Kent WA 7. CHANNELIZAT16N DEVICES ARE 36"STANDARD DRUMS(see TABLE PHONE NUMBER(fax) SHEET NUMBER DATE (1)for spacing distances). 16 4124/19 B. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE PREPARED BY PHONE# INTERSECTIONS AND/OR DRIVEWAYS. Chris Grose 253-258-141 E-MAIL Chris@traffi ccontrol pl an.net w„ (Li Q Q p apw °r4� v CL z a 2N =a O r � I I LL�, �• O �0 as zZ ►r �, a z Q W$ CNJ =a wuo CJ m z f r LL W W Q C Q 3Zn 2tiW C rn Z 6 H Y OOC a cl Q r ��,v I I O o J x o Y a o o d _ o > m I I ( w II N N Q V �y o �w� Z U Z `2 r O W Z O W C�y Z W a y z r y d = f7¢ y 2 I I H f7 p ^ O Q g p y y u N J J M y S W r y LL v Z Q W J y I I 3 QX z 'a3a U O y H i tir �� zW3z I I =3< 3a�� 9 ■ ♦ a v6i a� S�M o 'o m O S 3AV£ .� w to r 'rnc «v p h U Z o z o f z LL w r 3 Z E ■ O J O o z.4 E O U¢r > Z O c m N c_ A �Ow Rm U � y Evo D E W J z U LL O J U )C C -�Z Q' LL H ¢' ,O d'W W W W r Iworc9 p U m is o J OC 2Z�i aH ='s` / ¢O J J z O LL 09 / c W J J 7 r $$S Q=o =N LL U 3 ❑ z N ZU J 00 J / �p 0O oo ¢a Cn � ¢ o Fc�w w OC z w 0 ( / Ln / c a 3W wa N of0 H ❑ z p z w � W W r.a O p U wx i3�a cm ¢ p< U a. < / / W < 3 o C7 W H $ / / ■ N®N = X th 14 lot OW % r " • w 00 • Y Q W ♦ N ZC4, Cl F O s w ♦ o Q o m a w� _ N � O • r F W V ~ H W O gg- 2 t • O g Z LL Y W y F- �- � • � �~ > � Owl W H �'' , • �� Z W QyQ 0 O ;o S3AV17 �� or z >30 T zyo M C W Q Q C Z O oo� 1 W ZW ooy a Zy c O f x0. O� r % yw QJ z J W O ■ n$: r ii> � Oii z W 11 M z W yV jj� OOW + QK J_ W 2Zj NQ� M1 ¢12 a amo 1� I F- V U z Q N cm m 0 Z < E < �" O c N Q W Q^�O } J^ O rn o� 4 �y w R3 V I ♦■ I OF x O W Q 0 z.z,}< O v Q y Z Q 0 Q W Z~ cam_ J �I pia yOd2K2>y� -ZO r�e� _iag JII 111 ZJp O QO HZJ �UW ao33oy � w 1 cor xizy�wCDzyay ST133HSH3IVW 'v®m J=�oaJom�o�Jx^ V � N azoas�nyc�aac��a_ �� 1�cli ci v in Ili r eo !)[g§@ ) ~ \ mew are s ?\§ ® � z e } z y k2 C3 BC , \ 7 \\�) � � &z � I.L. § WRa m §)k I � \))) z - [ I e�} § - �z ; - j0 \ ( © --_ Z. / \ )k§\ 7 = § 2 \ § I ± §In § : ± ) § z G § Of \ to w k \ I )\ - 7+ . • § : ` I § \ -Olt,\\ CD §aƒ 7 ■ § }\k Q . ] »«=o 41 j i0 R2 ; / } I � z A l;., [ Inf/ ( §; \2 t§!K � [ ( \\ + R� } x ( ;} I~ It - ! ; ! i �• 2f 2 | ! � < \ ! • , ! , I , / ■ ■ \ e| ( � | • ! ; ! Ln I @. , � to ||lpq k 2222 I 2 2�� ||§ § } K\ z \\ Z. #/ j\\ \k | | §� -- I - _E §� m 2 �a2� a° /§__■�§ k § § / � I � y -O,w )t§/\- /;kK2§k §)6i \\) - §§|§)§) / ( � � \`, o � - §■ ! 2 k ) / § � /\ \ # ) \ LU ( - \� a { --- CL I I # Ln § L I I I - K�§� §ai ? cc E CD §a f § ■ G ƒ�� ~ ■ 0�a�o M @B kmu0 Fill | §.., s 3A'C 0` " t co !k I j \� k ir § CL /! z Z � � . ■ § Z Z § f � ! ! ! ! ! § Z e z LLJ C4 ] LU Clt 2) \\ �/ �\ } \ \�\ ; \; ®+R ® m ��= e , /! Gm ¥ § \ §2f (§) \( § ) ® m ] ] | k (\ (k}� �` - ;|§ 275$Z.r;?222 - 62,ef�CD )())�§) (§) )§§§§() { \ ]§k k§2)§\]k SIGN SPACING .x TRAFFIC CONTROL PLAN FREEWAYS&EXPRESSWAYS 55170 MPH ISOD'. KENT, WA RURAL HIGHWAYS SO 155 MPH M. TAT RURAL ROADS 45 155 MPH sw0 L V RURAL ROADS B URBAN ARTERIALS 35 140 MPH 3W. RURAL ROADS A URBAN ARTERIALS 25 130 MPH 200E(2) RESIOENTAL&BUSINESS DISTRICTS yY E URBAN STREETS 25 MPH OR LESS 100E(2) (U ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS.AT-GRADE INTERSECTIONS AND DRIVEWAYS.(2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT S ROADWAY CONDITIONS, O NOT TO SCALE 48"x 60" MANDATORY ROAD Contact WSDOT NW Region Radio WILL BE I approx.5 min.prior to start of CLOSED ti closure and again immediately after .,.—TO I... I I a opening ROW. XAM TO XPM I I AI/ 206-440-4490 R11-1501 I wsooT I I 30 I I APPROVED AS NOTED ADVANCE WARNING SIGNS Roao SPACED @(X)OR AS SPACE cLoseD ALLOWS. AHeao W20-3 REFER TO SIGN SPACING CHART I WSDOT-NW REGION TRAFFIC OPERATIONS I I DETOUR I ROAD AHEAD WORN W20-2 AHEAD I W20-1 W SAAR ST I I LEGEND I �H SIGN LOCATION I �— EXISTING TRAFFIC FLOW I I I PLAQUE I I �T_ _ ROAD TO:4TH AVE I WORN DETOUR 1 I AHEAD + W20-1 M4-9L I ^i MP 4.97+/- I 40 KENT-DES MOINES RD 1 1 1 _ -------- --------- �r — — — — — — — — — — — — 4R'x 30" 24"x 24" i ROAD Roao PLAQUE CLOs.D oETouR AHEAE� AHEAD TO:4TH AVE O I I I I I I �"X B RR��' ' w20-3 W20-2 R3-1 DETOUR i �=)R" c w M4-9v MATCH SHEET 21 R50 Ma-mL ADVANCE WARNING SIGNS SPACED @(X)OR AS SPACE ALLOWS. REFER TO SIGN SPACING CHART SEE PAGE 23 DETOUR(b)FOR DETOUR DETAII c WASHING TON STATE TRAFFIC CONTROL SUPERVISOR ROAD WORK GENERAL NOTES: NAME:CnneropnerDG,ese AHEAD TCS CARD# 070124 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. KENT ExP DATE 1/3112020 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND 4"u DATES(OPTIONAL). w A 5 1 1 N G T 0 H 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF CONTRACTOR ROAD WORK(MANDATORY) TBD 5 BUSINESS DAYS: 206-477-1140, SUPERVISOR JOBNAME 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD 4th&Willis Joint Utility Trench PHONE NUMBER(ofNce) PROJECT LOCATION CONDITIONS. Kent,WA 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. PHONE NUMBER(rzx) SHEET NUMBER DATE 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. 20 4124/19 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE PREPARED BY PHONE# INTERSECTIONS AND/OR DRIVEWAYS. Chris Grose 253-258-141 E-MAIL chris@trafficcontrolplan.net !)[2§$ § * �0 !!i z \ & � \§ 7 m - - � 2 - ) `14 � - - )& $ / --- k s3AV# |■� E � ) § §k k ■ �§ � LU o § of § � �- § § § ` § 1§ m CD � !2�~ k B § - - zoo 0 ( \ a � 2 ( }\ k c( CD ° q n ka, k k § §§ � �� � L - : 5= o CA . , § ƒj7 \ § t\E § ■ F-m ^ _■ � \ �Sl - 2/ ;/ CC) j 0 ` s3AV, 6z ) § 2§~ ; 10, [ [� w k ) ] §`§ 2 / )N�\-! ;� kO mk E 0 �/•kE°\` �§K��§ \)`\\--�[)a§2 � } § z d \ g \� E - e\ : § ` )\ ; � kk ) )§�2{2k§ < !|l;;� [ ,l§■ - ;| - - \\m j�\\\Z,\Z- f u4Qw� Z W i ca�ioy JL) z °a z°a o ° .a d y z °zQ > z z o in f LL F t 4I R w C L_ W 0 ' A H Y c c �■■� a c 1 0 - c� V w w N N p ti ? �? m O N 040 ' a'c a U w L CO U J O °O>>_ o S3AV4 c7 3 5 a =Z Z y J� Z J O / y O u CD Q 3 11 J 1�6 N o Q W OL) J Q'G« p Zy O H O ■ , i min m Z0 Cc CL w~ w Q U O C QO CL Z W ? Z oo pN NUw C? 23 Z �f 1 .411 Qz � d aazy� 6*41 ]e 7 J V� m° � Ca L, a, z ON3 WLLQa� � V N 2 C O N N G U W y rL O G O W J L U A U O. O 2 J N cn K~m C'O , Ora. ¢ DO Z Z U d }V J O�N_ J 10 W W W OJ W J Oso cc 2 Y Y O 0 LL U G J N Z U Z Q /. Q Q N 0 0o y a_ 0.J 0: X O J E M y 1 w Z w w z i on a F i O W •.. W pi`�RRR �- F�Q000 0 0 s= o � v J o 0 N N —Zo S3AVS =5 W d „� z p O Q Y Q � rcrc N O ~ � � O r R n z FIS LL aL a sU a a�Z o cr iyoF y y U U z a3� 0 7 J �Z_,a O r Z w O p O y Q y o O� y Z p O U Z p - O f¢o� w Q o yy U Z V7 ZWM 1-Q O � Q U� Q J cr O O y w i w v U d C a g W w O Z J@Jyo CD m J x> nm o . o y az Im mQ�, a�oLL ea `-'vZ"ra S Qp1 ❑ OdJ O Z� SZO'o�y N m m- m U cL Q y h Q Vf Q2 z V 2Zvi> C COO n ZOO U Z> N Z iy�Y Q Z 2 J QU w 39 J W Q t7LL yHUOZ dy w=¢o o a id O.O z ❑ y y Z O F VIZ y w Q y y y y W Z J H O Z o w d d d w H N N Q Z O y 0 !$§§!R \ 50 - 2 \ \ \ \ § ix .z i� !■ z m S 3AV 17 - - § $ _ wWm ) § g w\ } ) 2,02 M , . ■ ; § - - S 3AV, c k m s3AnE 0 � S3A ■ % � , B § S3AVV §§ ) C \ k % k o �d A » f ■ FWD � §� - s3AV, § §\ %\�� Q.wo - � . - ■; cc §§J§ki§ ■ - 2 \z\\j\wQx PERM I TS Willis & 4`h Roundabout Joint Utility Trench/Leyrer A - 6 August 12, 2019 Project Number: 18-3020 Amok Washington State Northwest Region MAIP Department of'transportation 15700 Dayton Avenue North P.O.Box 330310 Roger Millar Seattle,WA 98133-9710 Secretary of Transportation 206-440-4000 TTY: 1-800-833-6388 www wsdot.wa.gov Jul 23, 2019 Thomas Leyrer City of Kent 220 Fourth Ave S Kent, WA 98032 Subject: 516 MP 4.98 to MP 4.98 General Permit for traffic control measures in WSDOT right of way General Permit 20719 Dear Thomas Leyrer, Enclosed is your approved General Permit for traffic control measures in WSDOT right of way. Construction of your utility must begin within one calendar year and be completed within three years of the date of approval shown on the application. Please note that the Traffic Control Plan for work within WSDO'I'right-of-way, Exhibit 'D', was approved as noted on June 21, 2019 and is valid for four months from that date. The 'Traffic Control Plan requires 5-day notice be provided to Juan Reyes at WSDOT's Construction Traffic Coordination Office: Juan Reyes Construction Traffic Coordination Office 15700 Dayton Ave. N.,NB82-120 P.O. Box 330310 Seattle, WA 98133-9710 206-440-4467 REYESJ@wsdot.wa.gov Prior to any construction equipment or personnel entering WSDOT right-of-way, a pre-construction conference is required with WSDOT's inspector, Mike Golden. The utility shall notify Mike Golden a minimum of 5 working days in advance: Mike Golden Maintenance Area 4 Office 26620 68th Ave South,NB-82-44 Kent, WA 98032 253-372-3900 GOLDF,NM@wsdot.wa.gov Contact WSDOT NW Region Radio at(206) 440-4490 five minutes prior to start of all traffic closures and again upon reopening to traffic. A copy of the approved General Permit must be on-site. Please note, WSDOT invoice account number JZ0449 2 will continue to be charged for personnel time for inspection activities and attendance to the pre-construction conference. City of Kent 7/23/2019 GP 20719 Page 2 If you have any questions regarding your application, please contact me at 206-440-4121 or LewisAn&L.wsdot.wa.gov. Sincerely. Angela Lewis Utilities Accommodations/Project Delivery Engineer AL:al Enclosures cc: Mike Golden, Maintenance Area 4 Office Reviewed by A. Lewis AP De 1111111io'State Application for General Permit Permit No. GP 20719 Applicant-Please print or type all Information Application is Hereby Made For: ®General Permit(No Fee) ❑General Permit $2.50(Subject to RCW 47 12 140(2)) Intended Use of State Right of Way is to Construct, Operate,and Maintain a: Joint utility trench for power and communication utilities Utility work in City right of way_General Permit executed for traffic control measures in WSDO_T right of way only Access break request approved July 2019 on a portion of State Route 516 (avfrom)Milepost 4,98 to Milepost 4.98 in King County, to begin in the Section 24 Township 22 North Range 4E WesttEast W.M. and end in the Section 24 Township 22 North: Range 4E West/East W.M. This Permit is issued pursuant to the applicable terms of RCW 47.32.110(Roadside Users)and RCW 47.12.140(Sale of Timber an Removal of Nonmarketable Materials). City of Kent Applicant(Referred to as Grantee) Applicant Authorized Signature 220 Fourth Ave. S. Chad Bieren Address Print or Type Nama Kent WA 98032 Deputy Public Works Director/City Engineer City State Zip Code Title 253-856-5562 Dated this s'= day or f� ,7p/9 Telephone — ——" 18-3020 91-6001254 Applicant Reference 00)Number Federal Tax ID Number or Social Security Number Authorization to Occupy Only If Approved Below The Washington State Department of Transportation referred to as the"Department,'hereby grants this Permit subject to the terms and conditions stated In the General Provisions,Special Provisions,and Exhibits attached hereto and by this reference made a part hereof:Construction facilities proposed under this application shall begin within one year and must be completed within three years from date of approval. For Department Use Only Exhibits Attached Department Approval ���w aFz•,rc� Exhibit'A' General Permit Special Provisions Pages 1-3 of 3 By: f tknuS Graf.t,l Exhibit'B' N/A 1 tt� tA&VV,tJoJ=V, Exhibit'C' Plan Sheets/Maps Pages 1-3 of 3 Exhibil'D' Traffic Control Plan Pages 1-25 of 25 Title: NW PZZfl ol,l f,.ML4 1ES Exhibit'E' Pre-Construction Notification Page 1 of 1 Date: 07.23. 2019 Expiration Date: 12. 3 1. 2-01 9 DOT form 224.888 JZ 0449 GP 02 Revised 04/2015 page 1 General Provisions No changes to these General Provisions may be made without further approval of the Office of the Attorney General This Permit is issued pursuant to the applicable terms of RCW 47.32.110(Roadside Users)and RCW 47.12 140(Sale of Timber and Removal of Nonmarketable Materials). DOCUMENTS,NON EXCLUSIVE,COMPLIANCE WITH LAW,WORK 1. A copy of this Permit must be on the job site,protected from the elements, at all times during any Permittee activity,construction or improvement Work as authorized by this Permit."Work"under this Permit shall include the use of the state-owned right of way as authorized herein. 2 This Permit shall not be deemed or held to be an exclusive one and shall not prohibit the Department from granting rights of like or other nature to other public or private entities,nor shall it prevent the Department from using any of the state-owned highway right of way or other properties for transportation purposes,or affect the Department's right to full supervision and control over all or any part of the stale-owned highway right of way or properties,none of which is hereby surrendered. 3. The Permittee shall be responsible for compliance with all federal, state,and local laws and regulations. 4. Upon approval of this Permit,the Permittee shall diligently proceed with the Work and comply with all General and Special provisions herein. DEPARTMENT NOTIFICATION:SURVEY MONUMENTS, HIGHWAY SIGNS,FENCES,LANDSCAPING 5. The Permittee shall contact the Department representative(s),listed in Exhibit A,Special Provisions,two(2)weeks prior to conducting Work,to determine the location of survey control monuments within the area in which the Permittee will be working. In the event any monument or right of way markerwill be altered,damaged,or destroyed by the Permittee,the Department,prior to Permittee Work,will reference or reset the monument or right of way marker. During the Work, upon discovery of a monument or right of way marker,the Permittee shall cease Work in that area and immediately notify the Department of the discovery. The Department will coordinate with the Permittee to ensure that the monument or right of way marker is recorded or replaced.The Permittee agrees to pay at;Department actual direct and related indirect costs and expenses to perform monument or right of way marker work,pursuant to the provisions of Section 1 B-Invoice and Payment. 6. In the event any milepost,fence,or guardrail is located within the limits of the Permittee's Work and will be disturbed during Permittee Work,the Permittee agrees to carefully remove these highway facilities prior to Permittee Work and reset or replace these highway facilities after the Permittee Work,to the Department's sole satisfaction and at the sole cost of the Permittee.The Permittee shall not remove ordisturb any highway signs,traffic control devices,or landscaping unless specifically authorized. PERMIT EXTENSION,ASSIGNMENT,AND REVOCATION: 7, This Permit may not be extended without the Department's prior written approval 8. The Permittee shall not assignor transfer this Permit without the Department's prior written approval The Permittee understands that any assignment or transfer requires the assignee or transferee to have the means to assume all obligations,duties,and liabilities of the terms and conditions of this Permit,and the Permittee agrees to advise the assignee or transferee of its obligation to apply for an updated or replacement Permit from the Department. 9. This Permit is granted solely within the discretion of the Department. It may be revoked at will and at any time by giving thirty(30) calendar days written notice to the Permittee. Revocation shall automatically take effect on the thirty-first day without further action by the Department Permittee acknowledges and agrees that it has no due process or appeal rights should the Department decide,for any reason whatsoever,to revoke this Permit.Thereafter, if the Permittee has not removed its facilities or otherwise fails to return the state property back to its original condition as solely determined by the Department,the Department shall perform such work at the Permittee's sole cost and expense,and the Permittee shall pay the Department's actual direct and related indirect costs and expenses for performing the work pursuant to the provisions of Section 18-Invoice and Payment. 10. Should the Permittee breach any of the conditions or requirements of this Permit,or should the Permittee fail to proceed with due diligence and in good faith with the Work as authorized by this Permit,the Department may revoke the Permit. The Department shall give thirty(30)calendar days written notice to the Permittee,and upon the thirty-first day,this Permit shall be deemed revoked without further action by the Department.Thereafter, if the Permittee has not removed its facilities or otherwise fails to return the state property back to its original condition as solely determined by the Department,the Department shall perform such work at the Permittee's sole cost and expense,and the Permittee shall pay the Department's actual direct and related indirect costs and expenses for performing the work pursuant to the provisions of Section 18-Invoice and Payment. DOT Form 224-698 Revised 03/2018 Page 2 MODIFICATION OF PERMIT AND/OR WORK: 11. The Department may modify this Permit at any time by giving Permittee written notice. If this Permit is modified,the Permittee will have thirty(30)calendar days from the date of the written notice to modify the Work as required by the Department. If the modifications cannot be made within thirty(30)calendar days,the Permittee shall request the Department,in writing,during the thirty(30)calendar day time period for an extension of time in which to make the modifications.Any extension of time shall be solely within the Department's discretion. 12 If the Permittee desires to modify this Permit and/or the Work, it shall notify the Department representative(s) listed in Exhibit A, Special Provisions, in writing of all proposed changes for the Department's prior approval.The Department agrees to provide written acceptance or rejection of the proposed change(s)to the Permittee within Ten (10)business days. 13. Should the Permittee fail or refuse to comply with the Department's direction pursuant to section 11,the Department will implement section 10 and revoke the Permit. ADDITIONAL PERMIT OBLIGATIONS 14. The Permittee shall not excavate or place any obstacle within the state-owned highway right of way in such a manner as to interfere with the Department's construction,operation,and maintenance of the state-owned highway right of way or the public's travel thereon without the Department's priorwritten approval and/or as may be provided in this Permit's Special Provisions. 15. Upon completion of all Work,the Permittee shall immediately remove all rubbish and debris from the state-owned highway right of way, leaving the state-owned highway right of way in a neat,presentable,and safe condition to the Department's sole satisfaction. Any Work-related rubbish and debris clean up, or any necessary slope treatment to restore and/or protect the state-owned right of way, not done within seven(7)calendar days of Work completion, unless the Department approves otherwise,will be done by the Department at the expense of the Permittee. The Permittee agrees to reimburse the Department's actual direct and related indirect costs and expenses for performing the work pursuant to the provisions of Section 18-Invoice and Payment. 16. The Permittee agrees to maintain,at its sole expense, its Work under this Permit in a manner satisfactory to the Department in the Department's sole discretion. 17. If the Department determines that emergency maintenance of the Work is required to(a)protect any aspect of the state highway right of way, or(b)secure the safety of the traveling public due to a failure of the Permittee's Work or its maintenance thereof,the Department may perform the emergency maintenance work without the Permittee's prior approval,and the Permittee agrees to reimburse the Department's actual direct and related indirect costs and expenses for performing the emergency maintenance work pursuant to the provisions of Section 18—Invoice and Payment. The Department will notify the Permittee of the emergency work performed as soon as practicable. INVOICE AND PAYMENTS 18. If the Department performs work as provided for in this Permit by state forces or its contractor,including but not limited to any modification,repair,clean up or removal of the Work authorized under this Permit: a. The Department will assign a reimbursable account to the Permittee as a means of invoicing the Permittee for the costs associated with the work. b. The Department will provide a detailed invoice, including direct and related indirect costs,to the Permittee for the work performed by the Department or its contractor(s),and the Permittee agrees to pay the Department within fifteen(15) calendar days of receipt of an invoice. c. The Permittee agrees that if payment is not made to the Department as herein agreed,the Department may charge late fees, interest or refer the debt to a collection agency,all in accordance with Washington State Law. ADDITIONAL REQUIRED PERMITS 19. The Permittee shall be responsible for securing all necessary permits, including but not limited to,federal, state,and local regulatory,tribal,environmental,archeological,and railroad permits and permits from the Washington State Department of Ecology,the Washington State Department of Fish and Wildlife, and/or the U.S.Army Corps of Engineers prior to beginning the Work authorized by this Permit.The Permittee shall be responsible for mitigation measures where wetlands have been disturbed and agrees that it is solely responsible for any fines imposed for noncompliance with the permit(s)conditions orfor failure to obtain the required permits. In addition,the Permittee,on behalf of itself and its contractors,officers,officials,employees,and agents, agrees to indemnify, hold harmless,and defend,at its sole cost and expense,lhe Department and its officers,officials,employees, and agents from any and all fines,costs,claims,judgments,and/or awards of damages to regulatory agencies, persons,and/or property, arising out of,or in any way resulting from, the Permittee's failure to(1)obtain any required permit for the Permittee Work or(2)comply with permit conditions. 20. The Permittee hereby certifies that its facilities described in this Permit are in compliance with the Clear Zone Guidelines pursuant to Chapter 1600 of the Department's Design Manual(M 22-01)and any revisions thereto. DOT Form 224-698 Revised 03/2019 Page 3 INDEMNIFICATION,WAIVER,VENUE,ATTORNEYS FEES,AND RELOCATION/EMINENT DOMAIN 21. The Permittee,its successors and assigns,shall indemnify,defend at its sole cost and expense,and hold harmless the State of Washington,its officers,employees,and agents from all claims,demands,damages(both to persons and/or property), expenses,regulatory fines,and/or suits in law and in equity that(1)arise out of or are incident to any acts or omissions of the Permittee,its agents,contractors,employees, invitees and/or any other person in the use of the state-owned highway right of way as authorized by the terms and conditions of this Permit, or(2)are caused by the breach of any of the terms or conditions of this Permit by the Permittee,its successors and assigns, and its contractors,agents,employees, invitees and/or any other person.The Permittee,its successors and assigns,shall not be required to indemnify,defend,or hold harmless the State of Washington,its officers, employees and/or agents, if the claim,suit,or action for damages(both to persons and/or property)is caused by the sole acts or omissions of the State of Washington, its officers,employees and/or agents; provided that,if such claims,suits,or actions result from the concurrent negligence of(a)the State of Washington, its officers,employees and/or agents,and(b)the Permitlee,its agents,contractors,employees,invitees,and/or any other person or involves those actions covered by RCW 4.24.115,the indemnity provisions provided herein shall be valid and enforceable only to the extent of the acts or omissions of the Permittee, its agents,contractors,employees,invitees,and/or any other person. 22. The Permittee agrees that its obligations under this Permit extend to any claim,demand,and/or cause of action brought by,or on behalf of,any of its employees or agents while performing Work under this Permit while located on or off state-owned highway right of way. For this purpose,the Permittee, by MUTUTAL NEGOTIATION,hereby WAIVES,with respect to the State of Washington only,any immunity that would otherwise be available to it against such claims under the Industrial Insurance provisions in chapter 51.12 RCW. 23. The indemnification and WAIVER provided for in sections 21 and 22 shall survive the termination of this Permit. 24, In the event that the Permittee or the Department deems it necessary to institute legal action or proceedings to enforce any right or obligation under this Permit,the Permittee and Department agree that any such action or proceedings shall be brought in the superior court situated in Thurston County,Washington. Further,the Permittee agrees that it shall be solely responsible for its own attorneys fees and costs and agrees that it shall not seek nor be entitled to recovery of such attorneys fees and costs 25. NONAPPLICABILITY OF RELOCATION ASSISTANCEIEMINENT DOMAIN. The Permittee acknowledges that this Permit does not at any time entitle the Permittee,its successors or assigns,to assistance under the Uniform Relocation and Real Property Acquisition Policy(ch.8.26 RCW).Further,the revocation or other termination of this Permit shall not be deemed a taking by the state under the laws of eminent domain. DOT Form 224-698 Revised 03/2018 Page 4 AAW Washinglton State `� Department of Transportation General Permit Special Provisions 1. No Work under this Permit shall be performed until the Permittee is authorized in writing by letter or by email to begin Work, by the following Washington State Department of Transportation (Department) Representative(s): Name: Mike Golden -- -- --- Name: Title: Maintenance Superintendent Title: Street: 26620 68th Ave South, NB82-44 _ _ Street: y Kent City: ----- ----- Cty:i State: _ WA Zip: 98032 State Zip: Phone: __253-372-3900-- Cell: _ _ Phone: _ Cell: Email: GOLDENM(c_wsdot.wa.gov Fax.- CONSTRUCTION: RCW 47.32.110 2. Upon approval of this Permit,the Permittee agrees to and shall diligently proceed with the Work and comply with all General and Special provisions herein. Construction Work proposed under this Permit shall be completed prior to the expiration date on the face of the Permit Application. 3. The Permittee agrees that all Work shall be done to the satisfaction of the Department.All material and workmanship shall conform to the Department's Standard Specifications for Road, Bridge, and Municipal Construction, current edition,and amendments thereto, unless the Department has agreed in writing to a different standard,and shall be subject to Department inspection.All Department inspections of Work within the state-owned highway right of way, are solely for the benefit of the Department and not for the benefit of the Permittee, Permittee's contractor(if any),or any third party. 4. The Permittee shall comply with the Federal Highway Administration's Manual on Uniform Traffic Control Devices for Streets and Highways and the State of Washington modifications thereto(chapter 468-95 WAC), both as amended,while it performs the Work. If the Department requires,the Permittee shall submit a signing and traffic control plan to the Department's representative(s), listed in Special Provision (1), for prior approval. No lane closures shall be allowed, unless the Department's representative(s)listed in Special Provision 1 pre-approves the lane closures in writing. 5. The Permittee shall comply with the Department's Highway Runoff Manual(M 31-16)and any revisions thereto,for erosion control and/or to mitigate any erosion that may occur as a result of the Work. If the Permittee's Work alters, modifies, changes,or interferes in any way with the drainage of the state-owned highway right of way,the Permittee shall, at its own expense, make all corrections and/or provisions that the Department requires to fix and restore the state-owned highway right of way drainage to its original condition and function. Should the Permittee not correct the drainage damage,the Department reserves the right to take any and all actions as necessary,including hiring a contractor, to restore the original highway drainage function at the sole cost of the Permittee, and the Permittee agrees,in accordance with section 18 of the General Provisions,to reimburse the Department's actual direct and related indirect costs and expenses for performing the corrective drainage work. 6. For Permittee's Work, or portion thereof,that requires permit coverage under the"CONSTRUCTION STORMWATER GENERAL PERMIT-National Pollutant Discharge Elimination System and State Waste Discharge General Permit for Stormwater Discharges Associated with Construction Activity"(Construction Stormwater General Permit),the Permittee shall obtain said permit coverage and shall comply with all requirements of the Construction Stormwater General Permit. Upon the Department's request,the Permittee shall provide a copy of the Construction Stormwater General Permit. In addition,the Permittee, on behalf of itself and its contractors,officers, officials,employees, and agents, agrees to indemnify, hold harmless, and defend, at its sole cost and expense,the Department and its officers,officials, employees, and agents from any and all fines, costs, claims,judgments,and/or awards of damages to regulatory agencies, persons, and/or property, arising out of,or in any way resulting from,the Permittee's failure to(1)obtain coverage under the Construction Stormwater General Permit for Permittee Work or(2)comply with the Construction Stormwater General Permit requirements. 7. Permittee shall provide the Department representative(s), listed in Special Provision (1), with detailed as-built drawings within ninety(90) calendar days of Work completion, if the originally approved Permit construction plans have been revised during the course of construction or if the Department requires modifications. Exhibit GP 20719 DOT Form 224-69 A General Permit Special Page 1 0412015 Provisions 9 Page 1 of 3 8. Upon completion of the Work,as proposed in Exhibit X-Plans,the Permittee shall notify the Department's representative(s), listed in Special Provision (1),within ten (10)calendar days to obtain the Department's final inspection of the Work. Should the Department require any changes to the Work, Permittee agrees to make such modification as the Department deems necessary, in its sole discretion. Permittee shall make all such modifications at its sole cost and expense. 9. If the Permittee does not make the Department's required changes and the Department deems it necessary, in its sole discretion,to perform any work related to Permittee's Work, use or occupancy of the state highway right of way or property,whether or not authorized by this Permit, Permittee agrees to pay all Department actual direct and related indirect costs and expenses, pursuant to the provisions of Section 18-Invoice and Payment. of the General Provisions INSURANCE: 10. The Permittee shall provide proof of insurance coverage prior to performing any Work within state-owned highway right of way, as follows: (a) Commercial General Liability covering the risks of bodily injury(including death), property damage, and personal injury, including coverage for contractual liability,with a limit of not less than $3 million per occurrence and in the aggregate; (b) Business Automobile Liability(owned, hired, or non-owned)covering the risks of bodily injury(including death)and property damage, including coverage for contractual liability,with a limit of not less than$1 million per accident; (c) Employers Liability covering the risks of Utility's employees' bodily injury by accident or disease,with limits of not less than$1 million per accident for bodily injury by accident and$1 million per employee for bodily injury by disease. Such insurance policies or related certificates of insurance shall name the Washington State Department of Transportation as an additional insured on all general liability,automobile liability, employers'liability, and excess policies.A forty-five (45)calendar day written notice shall be given to the Department prior to termination of or any material change to the policy(ies)as such relate(s)to this Permit or Franchise. Exhibit 'A' GP 20719 DOT Form 224-698A General Permit Special 04/2015 Provisions Page 2 Page 2 of 3 ��_� Washington State General Permit Special Provisions T!/ Department of Transportation ® 11. Traffic control plans for this permit have been reviewed by the Department Construction Traffic Coordination Office(CTCO) and have been Approved/Approved As Noted, when applicable. The Permittee shall be required to follow the lane closure hours provided by Department-reviewed Traffic Control Plan. See Exhibit D for approved Traffic Control Plans. The Permittee, or the Permittee's contractor, shall contact the following CTCO Engineer five (5) working days prior to traffic control set up for coordination: Juan Reyes WSDOT NWR Construction Traffic 15700 DAYTON AVE N SEATTLE, WA 98133 206-440-4467 REYESJ@wsdot.wa.gov The approved traffic control plan expires on October 21It, 2019 and is intended to be renewable through the expiration date of this General Permit. ® 12. This General Permit applies solely to traffic control measures deployed in Department-owned right of way in support of the Permittee's utility improvments located outside Department-owned right of way. A valid utility permit or franchise is required for any construction and/or improvments proposed in Department-owned right of way. 0 Exhibit 'A" GP 20719 General Permit Special Provisions Page 3 of 3 <<�• ri CD Ltd Aq ��4`/ }�• i �I ° i Q+`{��� _ p' �_ o o 1NI 1.8ai1�w1..._ 7 • 7 `tY�` Yy _ N ry ^ z_ f- 1� Syr �•t-\. �+����•.a��,.,`��., �a z� �ml � �:>T, 3 - :R `.J. Y c +h+ !. ►'3' a ZI 0"'' v9 c b1 7 g a O 0 F'2 �S�C[L•r"" �y - � � N ^v,•� f a OY O`Y xiQf" 3AV PEE°5 os\ Z FO Jil. a3,!• w V ►'Ci• j' �z �O Jhc t4S 3 I e 'EY' 3, t3.�'•t r a f F H S" J Frr I t � � ' Rj 3:'t 41D S .T•� 1 1 - 4t�W_'u•Y'• 1 i � iV i - QB�i!.. istl'y i bFL7.t 4 i• �; 3 i f 4 1 x .i" :. ���. ( — .� 9 " 3 6 �andao c '°'V s`i � any^v: t — E, Q Cf.0 - - i-- n Rom't CL El--' Y4 b i � �lEhva•.f �T6,• B:SC' ,�3 � E V t,i> .A9'026 3%p� • _.. .. r N a:naai] .5t�7t tney+-vs�y�j �{hyt ppoit- d oq:cCPQJL oc�Y+two �! �2= .ewVt'7R6a�H*SS� .ii \ o \ Saar e•. Y4 + 6-"c syZ}y' �'t� i;a,"�gK'aP r. .. j tag 0`..�{�c.`,e•.Y`M.3Pw4�v��`vW'•`7,pa.vPyli!.n+a. EEE y�,fl... � �,ImT.x�-mrn•M �� � 44R.( � t�viao�a�ava-iVlol '�� .31oN r. -ass'dVW- �pqY #LII�.` � '6'�r+Ysp�;� �• ,e�{ � ;` y ►••w�^nq w\..Y.,•V.q\.rbw.", aq t\4_y�w oN „ k-_l l �. j iF � �'«^� tiv,wyv„N'•`N arp+n P'wNv...M•n yvvwa.rw a.T7...� � ;�'i'i hsivrtrv7\`vgaa •.( _ �,I'`" s+,ty,yo,:•a7VMir� #frrRi•N.11 JAavrv,�*. _-----/ r . � `Y'�4ts•1 _ _i - 1.Lru ,'ji,6�tlo3 V Ln tB •.iu • -Lnrli9 IRS (.. 9N11%TMiltlel i*r•)'\a y\ tl MS � aAal°" - ��; 1"_..N\ "- -a,�-w•v sub -.._,_ i •fy�.�(, -�,,." ;.wf ' �z-� r- a S y x gas �O 44 : _7S 9/77/A4 Pz'» fV 1 y.noc7 ?6\ g //�r �,:...;�s¢'•.:.-_cam:.. - •+P,,...r..•.aw�rs+:... .w•v .,+,. -� - .\d uosdtus•t7 %96i'01-nON Pwaa 0" P+"O1 Mge3 19321S'yap OS StlS PC'is k%Pap"s.roeeS 00.012 WS 915215 EEE ..D na+re ua.•\*til M>•+w'*avP' t••M r0 Pry1Wll M P •, • .ql•T •Iw1w O M•,MW P° W araa _ 1/ tML MIN A Ma pwMit\'M 1 r t \••n•s Nt .V vows vrw w VMP ...p\'L �dd8) �. u\n-awtT.wia+"woa ++aM oolpiz°is 9tcas4+,uwr7wa ecc.x uwr w°.tc M tQ"Na FP M,•1)a1w.wL l �'..�.Q� t � w4 Ke[ y14{111� p�•+••a rr. / «o-+ ... a+alu Owwwr a-!_� n �• � I N7l.f••^1�•4c lUY PTN l i Mu 4r.M•K MYtMWI _ __- 1 • 8p4 M m z pp I � � M f■ � 0o*a i, � r � p • u j �`r•wd� ra � � F 6 � w IL a C Q 3 a 1 Z r N m I Z U • pr tr 133a1S aWS 1S3M Tv RIL no Ej O ( °' 1• N (s Is as) 'is smiM o N x • U) V • - • • b Oj.C J J r •� r. `a` • i X -- ------------------------ 2U 1 4` - o . cc.�•i a�w�a��a � tt4 �t n--- 4 ... O� � ,----.� �' 0•• �."-gip_"_------ - jY■ i .Fi 133a1S SHIM 1S3M 3 14 • ` t 1 �x 1 Fglip •1 1 m I I � � � | @� � Q ` �{ � ! §� a �2 � ' L � \/ \� � } 104 2§ } ; ' ° > ! Bak \ | ■ .§ 4 ( | 2 , ' }§-J ! , §§§ ) ------------------ _--- E�-� -------=- -- GS§ } ]2 ; G�a a9S ISM �� -------------------------- 2 \ _ ___� m Y _, | § � � | (919 S) •3 smm, _ E - --�---- - 0\3 � A_} 010 k\ Qf �� \ . __M«_, { � ! \ ! 133H a m,* 33 ; --�------� ----- --------------- � ! ` )/ —, ------- - --- -- -�-�-- \ — ! La , '| |� � ` 3 kK | | � . | � SIGN SPACM •X TAeIE 111 PREEMMYBassrllsEaer.s EsrrorN ,,,,, CHA s CT10N DEVICE TRAFFIC CONTROL PLAN RLrAI N10NV.L% 60,09 W. .m. Err ,.PER IARQM] KENT,WA RU1K RUaa N r tS rM kl.. 701N U b +IAe.a to..ls.1ww MIEI'S.Es n 1b rrr HR. MI.E U e0- N NURAI ROAG9 A URBAN A.TERIALS 15IA MPN APE Is tryp EO p REBIDEMAI E BUANEBB pSDRCIS 48"x 24' I I.O...EMEE]E n-A-OR Ms W'm W E III ALL'PPS'.MAY BE IN snows A-OR—AllNrmcw,vaEl (OPTIONAL) UI TNLS 6PACING MAY BE REDUCED IN URBAN AREAS TO III G2O-2 ROADWAY CGNDRgN6 S _ ' I I NOT TO SCALE MINI MUM LAN!CLOSURE TAPIR LENGTH-•L(fwn w LANE Po.EM ao.•e J."I... W20-1 as wGTN X=200' I I Vq.E IM11 15 » 15 15 » 56 W ES TO .NW 16 tm xm In6I .e 95 566 ss0 - tooL.R I I W20-1 i! 115 1E5 ]x5 xR5 . s» ws fb0 g011. 13 ti5 p 2.5 }xp r6 BBB 660 T]G TBB E.D �N w2a6R X=200' I I MANDATORT Can WSOO- NW Radio I I I approx. prior to- of w4-2L closure a ipl6ladiahty after LEGEND X=200` opening R01Y. , WORK AREA — 1 I I 206-44 -4490 •°•"' 36"STANDARD DRUM �I I W TITUS ST ..... 36"DELINEATOR POST t I ° APPROVED AS H SIGN LOCATION L=165' n l I l PROTECTIVE/WORK VEHICLE nl I VVIOT' EXISTING TRAFFIC FLOWffi �I I f AFFIctIPERA TEMPORARY TRAFFIC FLOW ® o J; °I L SEQUENTIAL ARROWBOARD • M w,i d I 0 SEE RAGE 23 DETOUR(a)FOR DE QETIULS 1 e N P I a B m Q O X2 U2=85' 1 ADVANCE WARNING SIGNS 48"x 60" In P SPACED 0(X)OR AS SPACE ALLOWS. ROAD REFER TO SIGN SPACING CHART MILL BE j (25 CLOSED wa-ra• R.r re alw 4 R11-1501 "c a SHALL MAINTAIN IV L"E"0 H DISPLAY 5 DAYS IN M 'ctoaEo w MIN.LANE WIDTH. W20-3 '�_- + MAY OFFSET DRUMS a ADVANCE OF CLOSURE I P"? I ` ® � •• 1e'x 24- oLTaDE � 142P 1 ANLAa \ 0•p w2az W SAAR ST T R3-SR t IjS mm Oula �_ � Rt• D e , ; Rosa I if. i w2oa WM2 D �ttou° I I = t ,I ® I i ( MATCH SHEET 1b RS;1 ..41p( Traffic control Is City of Kent jurisdiction. WA1-TDMSTATE TRAmc CONTROL GENERAL NOTES: SUPERVISOR Juan Reyes I. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. WSOCIT Traffic MANE C_.lopM.r DGno 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND TCS CARD E 01012. K E N T EYP DATE f 1,ROS0 DATES(OPTIONAL). Lyra p` c� 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF w A s r N c r o N ROAD WORK(MANDATORY) 5 BUSINESS DAYS: 206.477.1140. CONTRACTOR TfdD 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. °D.ERM soRM.Awr 4th&Willis Joint Utill Trench 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. Exhiblt'0' PNcwe NorsER t.AA.I ocAnoN 6. ALL SIGNS MIN.48"X 48"UNLESS OTHERWISE SPECIFIED. Kent WA 7. CHANNELIZATION DEVICES ARE 36'STANDARD DRUMS A 36" GP 20719 PN(xNE MUYBER IF.R1 .NEE.NMra DAI DELINEATOR POSTS(sea TABLE(1)for spacing distances). Traffic Control Plan PRCPARED RYla IJ24119 B. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADEChris Page 1 of 25 C INTERSECTIONS AND/OR DRIVEWAYS. EyA,L Chris raffia control plan.net mml j ) � /\ a / § kƒ � ` �§ ■ � - ® . » ■ ,§a . . # \ % k I uj ! | | § § § m ; ) � � \ \ s„AE k CL Z \ - k G §§ Z Z § §{ .\ LU �CL m � f : ■ ! : ! Z Z � • ! � ! Z Z � � `\ � . j/k\\ -wO §|■|£ | \ uj — ..�,\ _ �] k z k ■■ ca !©• }_}\ s3nn # _% §§�t2 e , § .] /§g%A =42§! !)(\\\rk ` £§ , . w �k■;k;§§! #om � �§QB kk■%q®§ §■&§ ��|||||| / f 42k]2§;§■43§i§ ) 2 CH a �13 K)k la - � uj 3 | as k § K , c , 0 $ % ( ¥ r § k 2 °+: ) 1 , f Z . ) � �- Z / � : � }■ » � � , : � � �)k � ► � § .,. $ $ k 10 2K §>!4 § - I C k x 03 . • ■ , , \ § f ,■ , 7 � � ƒ{ ,! ■ - � � § § § � E � ■ � ^ � | , • , , , � B2 . r=!- !�|■| | §!� � � ) ) `° kk\ ®- dn � � � S§22e� §�da!§ § ,<|, �\2;$K§�§�!)§ || §�■ §�| \&p=q;§o■m; | ` - :d{§` !|!|||| / \ ��— SIGN SPACING •X TABLE V) cNANE�ELIZArwN"DEVICE TRAFFIC CONTROL PLAN R{llµ lAillA•J1Yy qrN rRN ,,,, SPACela 1ael KENT,WA ,v.. wLR rANDENr (RUM/ROADS .S ISS WN ,pp, - - �.os A +eCn NimrAa w Jr ar, sam o eo N rv+s n p Ax,11µ aoAai i fOiitN AJfeEEyLR 25 I)Q N 2005131 syp � q AE910EMAl i 9UMNE55 gS1RICT5 IMS-STREETS 3A I/PH DR LESS IDDf 131 W E III ALL SPACING MAY PE ADJUSTED TD ADCOMAJDDATE INIERCHANDE —S,AIr,RADE MTERSECTNxJS AtD aRhtWAYS 13I THIS SPA.-MAY 9E REDUCED M URBAN AREA$ID FD ROADWAY CONgTN)1 t. A ° S <w MINIMUM LANE CLOSURE TAPER LENGTH •L(r«o 48"X 60 'vmo NOT TO SCALE 1H PDibd SDgd lflsph) ROAD >s n f ,D .e o 5 m ie WILL BE 10 i I I 05 ", :° no 'o sm 50 CLOSED Its 1is ray 3A5 An ssD ces AEo 1f� 13 12, Leo 31, szo s.o Eoi — D eo --- UAn•R✓N• ADDITIONAL AA. o iw R9-11 PLACED AT W GOWE ST MANDATORY R11-1501 24"x 36'BAN �3.". t WSDOT NW Rag nRadio DISPLAY 5 DAYS IN �• �os of ADVANCE OF CLOSUREF148"x24* gait{1Tnmedla"after A nAo I I opening RO , RB-11 s (OPTIONAL) LEG EN RunI I c20-2 wm I I WORK AREA WAD Y14D W20-1 ED CITED t •••■• 36"STANDARD DRUM X=200' t4 SIGN LOCATION Rwrw I I 30 IwHo NW, I I M PROTECTIVEIWORK VEHICLE W70-SR �— EXISTING TRAFFIC FLOW X=200' ♦••■ TEMPORARY TRAFFIC FLOW *W4-2L I N _ SEQUENTIAL ARROWBOARD X=200' I I o i I ADVANCE WARNING SIGNS SPACED 0(X)OR AS SPACE I ALLOWS. REFER TO SIGN SPACING CHART o i I NO ENCROACHMENT ON THIS TRAVELED LANE IS jr5 e I PERMITTED. L=165' IF ENCROACHMENT IS Traffic control Is City of Kent jurisdiction. °( ) NECESSARY,LANE SHALL /qAa BE CLOSED `.1Q,1fia° J Juan Reyes 41 I w20.3 1 WSDOT Traffic 36"x 24' ■■ gnaw CROsswux ANUa CLOSED W20.2 W SAAR ST R9-3XC a m J I 7R9-3XC D aaV �•.3w D •I ,f+7 W20-1 W2C-2 ,,Jtw.JD.pllflllllf JAa W2D•1 +r ri�t•.t 4rR/ t SEE PAGE 21 QtT(IEiR C#1.iQR DETOt _Q T IGS wAAloAoroN srArr rRAEENc cD.JwoL GENERAL NOTES: SUPERVISOR 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. NAME:cn.r.IOPn.ro o,",. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND TCS CARD A 01012A DATES(OPTIONAL). ExP aATE,n, 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF KENT cJ,.,;DfA'.. Grm3o.ow ROAD WORK(MANDATORY) w A;•••.•c.•n w 5 BUSINESS DAYS: 206-477.1140, 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD D4T"`CiO1t TBD CONDITIONS. u.EmmDN S. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. 4th&Willis Joint Utlli Trench 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. NE"uffeENl s PNa[cr LOCATION 7, CHANNELIZATION DEVICES ARE 36"STANDARD DRUMS(see TABLE Exh•bit r DNENUNaea n.f sH Er NUMBER lY Ken! WA (1)for spacing distances). GP 20719 DATE 4 4 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE Traffic Control Plan ARED BY N 119 INTERSECTfONS AND/OR DRIVEWAYS. P 4 of 25 hri Chris trafficcontrol lan.not SIGN SPACING ■X TAS"n) FREEYMYl,QAI.EFIA■Y, »rTOI.N ,Spp. CNANNELIZATION DEVICE I TRAFFIC CONTROL PLAN :WPA WerAMAY, eras MEN aa.. SPACW6 t"t n se.A KENT,WA illrrl IAPER TANGENT l;Rfy ReAp, n rb wR R_aux w.os a loss.AATsw.l>< N,olwR qo♦ wn n � N RURAL ROADS.URBAN ARIEWAlS 35 110 P. ]ODt 1]I ,yp m O RESIDENTA,,DUSTNEES.51RICTS MRMN aw"Ll. 55 M.N OR'E.a IDat ID 4B"X 24' W E 11)A SPACING MAY BE M UST D TO ACC­UODATE IMERCHANGE _ RAMPS A—DE INTEREECTICWS AND OPREWAYS. (OPTIONAL)y„ lIl TFI3 SPACING MY BE REDUCED N UFUA AREAS TO fR _ ROAOWIIY LONgaGNs G2D•2 S MINIMUM LAME CLOSURE TAPER LENGTH L(b.l( I I NOT TO SCALE LSNE Pmbd Spmd(mphl IN.B r' m )s AD is I 50 I ss ....W 66 TO 1YDAE WOAt ID Los +so zos xro Aw sm s» �W20.t \tNu6 n s+) I6s xrs xDs .os ssD 606 66D I ( tV2Af Iz rss IaD x.s Txo sAD boa 66o Tzo reo aw X=200' yy }f��y Yue lAw I I Contact T NW Radio .w wzo 5R I I epprox.S stall of LEG EN D X=200' closure and after — <>W4- opening WORK AREA 206- -4490 a n non 36"STANDARD DRUM z� I I W TITUS ST 36"DELINEATOR POST X=200' I I APP H SIGN LOCATION ` PROTECTIVEMORK VEHICLE NYV EXISTING TRAFFIC FLOW OPEgA ♦■•■ TEMPORARY TRAFFIC FLOW L=165' SEOUENTIAL ARROWBOARD ° • — d I E .P4l R�ISN1�4U011-OUQIIC 8041LS y + • Q 8>', `i 1 ADVANCE WARNING SIGNS 48'x 60" SPACED 0(X)OR AS SPACE ALLOWS. FROAD REFER TO SIGN SPACING CHART IWILL BE b 1 ll ROLJID75 y0 U2=85' �• I ■ow Rll-1501 0 • SHALL MAINTAIN IV DISPLAY 5 DAYS IN I o 6 MIN.LANE WIDTH. wzo 3 1 j a ADVANCE OF CLOSURE MAY OFFSET DRUMS Mr ® wAo 19'x 24' ■a ARrAo D[Toa, r' w7G-t Y■A■ pY1r w20-2 W SAAR ST 'A'2�•)R I 1' RbSR • nr 1 TES a�M ;� _ 1r1 AREA■ CLOSED, MI WL ,.r W20.3 wz0-z M.;w. R11.z I lA�- MATCH SHEET 4 -ze- C106E0 as<C W,+ft I WASNMOfdM,IAfE TRAFFIC LOITIROt GENERAL NOTES: Traffic control Is City of Kent jurisdiction. SUPERVISOR Juan Reyes sRR°ata I. WSDOT Traffic ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. ; h MAY(:Cwnr 0.00— ,NUO 2. NOTIFY LOCAL EMERGENCY SERVICES Of CLOSURE TIMES AND resuaa.Blom `� KENT ur DATE r s+qa o DATES(OPTIONAL). _P,,DAV E.�,fwm 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK(MANDATORY) w A s N c T o N S BUSINESS DAYS; 206-477-1140. 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD OR'RAC1_ TBD CONDITIONS. 4UPERm1" 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. 4lh 3 Willis Joint Utlll Trench E NU l faR1+A1 LOCATI 6. ALL SIGNS MIN.48"X 48"UNLESS OTHERWISE SPECIFIED. X Iljlt ' 7 ."' Kant WA 7. CHAHNELIZATION DEVICES ARE 36'STANDARD DRUMS d 36" GP 20719 ►NONE NONeEa IL., NI e DELINEATOR POSTS(see TABLE(1)for spacing distances). B. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE Traffic Control Plan P"o—ro eY PHONE. INTERSECTIONS AND/OR DRIVEWAYS. Page 5 of 25 AA& ehris trafficcontrol Ian.not r PC a, uj J � K:• � ��� `UY N o a ti N II C g O xi o � eJo o z °1 o I I o z° y x c a Y u C9 = O i "�_ � > ~ orC a U N M M N a W H y U m~ y O a 1 I en a isM a S3Atl£ d W W v e A O 4f ~ - 0 O a LL ir x d �¢ o _ N > Al z u � � 0 $ opzF~ JOB LLO + �' N F YRB 4�0 a'LU LU W W .!! W rn Q J� O yyj1l•ycy gv oz H J J? 2= W =a w "; 9 / ~0 N LL =AL 0C W 8 �Mw c 2 W u W S w r O O v ! ! =o; za u � oci O O a a W J y y X a U R K 0 1 a W A 4 = O CC _ O ^ >9 U ®/ / n d d S R R n 9 n y U ft S QQ a o r w e z� I yY W O a�C t a � S3Atlb z� o� u a ac =�zHQ25 m f QR S133HSH3IVW z�o=o.-Oa.7�`c='a�i ���SiTqq V d-__ ��W H�=NFuVi V—'' 2u16H n rya y� lY h=prfnzzy C y y yy m I" dR' .-' K Q=G�K•n iq LOfG�UO Q= ) MATCHSHEET, \ --I � 2 � � | \ ,\2 �� 2 2 ( ! U.U. k I / � + � I: ! : a § � , ■ , . | � ( = gym : \ 0 / 0 \ ( § I - } LU z £ @ � k k � � •+� � ) , \ \ i )/ : , t w � ƒB m � } �| � ) lv it 51 a CL �- $ ` � � ■ ` - k . . ■ � f . � ; § ` CL mCL B § | ■ � ( � t« 'A | . � | ` ri ® of , ) ;!■■� ,§ E � .d \ � ■�� 7 r , \_\ $� ME Rk -,�| �� � �!! i � � § §Eat & ; _■ ■ | -| J■ �% ag.` | § \(®k�\ )k ):k §� �§�| � `el � ! §2 7.dsfill s =Em®; �§§ ).1\E §�.f/g�zG■.� e+oN SPACING x MINIMUM LANE CLOSURE TAPER LENGTH_L(hen to roe. _ TRAFFIC CONTROL PLAN rASEratra a euReMRYrs »1 MPR Rw 416BRWAYS w'45 M. � Posted srae�j ' KENT,WA Too. Il, ss w .a rs s° ss "s ro yRVNt ROOM a U*MR AAIleft" n'ft_ YJVr 10 T!K Sr i05 IIR t5° SW 55° RUNT R a U mm MIC ms T J 1e M Mo.0 Rem'"At a mJYtesa—IIlICt7 is Its t65 EIS I9s t9A SS° 6°5 6M1 WAOR ennelr n inY OR tees Yew m +Is 1W Its sro stG eW eEo II° reo M° W E (II 4l SPACING NAY BE ADJUSTED TO ACCOMMODATE INTERCNANGE PAMPS A—WERSEGi S ANO DPNE"AVS III 1N15� IAtYG CONdTptK UCFD IN URAAN MFAS TU Flt ROAD YORK S AREA ( I 48'x 24' TAuelst Wp-I w NOT TO SCALE APER IAMOENf CHA!S!: 710N DEVICE X=200' 1w.1�(OPTIONAL) MPII JAPl aPA het I I G20-2 We3T.5 AA W I I WO Me M ♦0 non �) id R4 .14AA w20-SR I rn W X=zoo' a MANDATORY ` I i Canto DOT NW Region approx.5 prior to at4W Pi4-2L elosure and hn after X-20a' opening ROW A ADVANCE WARNING SIGNS ® n( SPACED Q(X)OR AS SPACE ALLOWS. FROVt71 AS NOT L=165' q ra REFER TO SIGN SPACING CHART (O d -NW RE .o,a OPFRAT10NS R P ♦ wa T Ie'.zn aMu W 20 I +P r p Ra-5R 1 �R O M 1 I f 18'r 24' W SAAR ST e , RYSR JIM.tD W20-I • 1 EGEND � , MP 5.02+1- EDAD WORK AREA M0q" ;� ARuo W20.1 36"STANDARD DRUM *i SIGN LOCATION a .--����•• t = RR•.eRe• ♦ ® PROTECTIVEIWORK VEHICLE ! EXISTING TRAFFIC FLOW A e• TEMPORARY TRAFFIC FLOW SEQUENTIAL ARROWBOARD \ "oa ANGA wx-1 WASWO01 M STATE TRAFRC CONTROL GENERAL NOTES: SUPERVISOR Traffic control is City of Kent Jurisdiction. Rego I. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. Juan ReyesNAME:L°tropM/OGrofR AtiY 0 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AN[ �R TCSCARD■n°rp DATES(OPTIONAL). WSDOT Traffic KEN T 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK(MANDATORY) 5 BUSINESS DAYS: 206-477-1140, 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD OHTRADroll TBD CONDITIONS. wreAv sw 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. 4th&Willis Jolnt Utill Tr ncA ONE MUY R IMRC�J J•ROJECT EOCATN)M 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. Xhl Pf Kent WA 7. CHANNELIZATION DEVICES ARE 36'STANDARD DRUMS (see TABLE GP 20719 PRORC NUYe A 14t1 1M NUMCER oar (1)forspacing distances). 4 B. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE Traffic Control Plant R ARLD r an. INTERSECTIONS ANDIOR DRIVEWAYS. Pa 13 B Of 25 'f E+Aa>L chrisCtrafficcontrol tan.net IBM MATCH SHEET 6 | 3�- j ^ 13 §\ i§ cc kuj ` ` \- ( � 8 :F | ` & ! � . . , AlP ' tj - • ( ,7� . 2 � ■ ■ � gi-O � |- � � � " §) , \ ) # $I Q C9� k x N|� . �i ` S � ■ ■ k f � , ■ ■ / � � �{ - ■ ! 91, CL � o - / �G ° | \ �\ ■■ ■ � . % � , in , . ■ , � i | . , ; ■ � .§ & |�| - - Ln � ¥■ ] !&K Q e �• � w, ; ■�;�§ f| \ � � �j § § §%) % |k lt§ / 3s § � !\: � � -\ §��� �■a=42 | | ■ §]§ . l� a 22it - ,� §!•- §- !§| M )E ;a )gi4 awl \;=d\}�\k i SIGN SPACING R X TABLE M t 1arrNrAA a e=rAAsnwn 5s'n 1. 11M., CHANNEWATION OEVM E TRAFFIC CONTROL PLAN SPACING 014") a■rAA PgIRWYa AA,AS r.l —' N■Aa SW, TAPER SANOENT KENT,WA ■1PIY A'MW A.»MN sesA Met s0m o Ao ■IAua POAw a GMLEN+■nwA:s n.n I.n nR5 IV 7D No RUUL AOAtIA a uRMN MhRVAL TS,X+url. Not IB TYfe fi AO IIksDEN1Ai A tuMfif CL1R■Ch W j♦, E IA1W1 all�tla 1 s■rI W lEia IOIr in !t �- (M ALL SPACING MAY BE AOJV6,W To ACC OMIGDATE INTei.N RAM PS,AT-0 E MERSECIIONS AND OR NflYAYS (1)TNEI SPACING MAY 6E REDUCED IN URBAN AREAS TO FIT R OAgNAY CONDITIONS S MNIAIUY LAVE CLOSURE TAPER LENGTH•L(MI) NOT TO SCALE w w Po"M SPAAd(mob$ IMO is A )S =) Sd 11 SD A] TD 10 IDS IY) ie) iT0 AXI "AO 15E 161 i31 2» A91 150 SO) Mq li us .m irs Tm sw._ Eoo Eae rm Te8 e.o 48'x 24" MANUTONY �a(OPTIONAL) t:onlaet oT NW RI Radio G20.2 approX.S min. r of closure and agai mad oldy after , I ( LEGEND opening ROdW AWAe Wear I I WORK AREA 206-440-449 X=200 36"STANDARD DRUM u.Tw TauA I I 36"DELINEATOR POST MRar W2Ubl l(, � A EOA., X=200• I I H SIGN LOCATION X, ® PROTECTIVEIWORK VEHICLE AFFICOPE FICTMIN W4.2R I EXISTING TRAFFIC FLOW X=20D' a I I v ♦R A A TEMPORARY TRAFFIC FLOW I SEQUENTIAL ARROWBOARD 0 Ian I .q 48"x 60" rr I Traffic control Is City of Kent)urtsdlction. ROAD L=165' WILL BE Juan Reyes CLOSED I�� �'I 30 WSDOT Traffic a iW h A. IB ( R11-1501 ADVANCE WARNING SIGNS DISPLAY 5 DAYS IN �e I SPACED 8(X)OR AS SPACE ADVANCE OF CLOSURE ALLOWS. I f REFER TO SIGN SPACING CHART I Ea0 18'r 2E RARE ZS • j AE"o • R A�i W20.1 +� I ril•SJJn W20-74 41 b IR aw 4 I ' o 1 e'l'a' '> 24'x 24' W SAAR ST Rw R}iR �J�i J Rl-! f W20-7a MATCH SHEET 9 SHALL MAINTAIN MIN.LANE WIDTH.. + t MAY OFFSET DRUMS WAsN,NGMN S TATE TR,rrr4c CONTROL GENERAL NOTES: SUPERVISOR ■oAB 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. NAME_CAr1FIO OroF• AREAB 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND a Tcs caaD A om121+xr DATES(OPTIONAL). KENT E2P nA E r.,r.Te,A 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK(MANDATORY) W A 3 1 N G T 0 N ------- 5 BUSINESS DAYS: 206-477-1140. 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD TBD CONDITIONS. *E■mw S. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. 4th&Willis Joint UIIII Tre Exhibit'D' Kent, 6. ALL SIGNS MIN.48"X 48"UNLESS OTHERWISE SPECIFIED. Me"0Re2R foi"`•' Re,E ,WA 7. CHANNELIZATION DEVICES ARE 36'STANDARD DRUMS 8 36" GP 20719 "E NVYar"(`"' sN NURSER GATE DELINEATOR POSTS(see TABLE(1)for spacing distances). 4J1 B. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE Traffic Control Plan EPAhoaT N INTERSECTIONS ANDIOR DRIVEWAYS. Page 10 Of 25 ym 9-1419 - -- Chris trafffccontrGl lan.nel Zw a; U 99 Gm F z _ z N Ur 9} e z2 r QN QOC ~ 1 R R•w — d N � 6 O •� ��N W (7 m o m C, ,W a■ R � m O 1 zz ZN I ® 4 m O O U I � 1 a?• O' m N e ( � I WI ------ CA I ® I O = 3 V <?O t G I z W Q io I W O` A O C I oLL m I Is oQ u W Y W a*' I a R w 1 W N_ O W C z of Z a �R 3 W I �857 ❑ - h C = y �..r{ ❑ I J M M N h' I 4 R 'CcQ Y .. W J I O � � • Z U W O I ❑ Q O K W 0 Q > O W uuuyy��� ••/�� W O a0 $8 $ "oI N WO m �W� 6U p O N 0 Y ZW"'=o3 �."e:Y•� ] � M .],� 3 .. J ..�W V W �J W�W W g°5 I 936v1 Q QN U O4�Ny x WB I t W zW S'o�� cl �'Oa' CD aW .��'"y �ocopp�ymo XIX Z. �F • O O W�O Y� W O O a N § Y y I 1 � rt t R �NO (Y mNi..1GQ000Z II S - - I Y N Ip A SMN SPAC.WN.X TAete III F.ravNrs a rA.ataTB.Sa s+,m INN ,1W. CHANNELUATION DEVICE TRAFFIC CONTROL PLAN RUM1 MI�HMNYB OB,BS MPN BBB. 5PAc1N0 J KENT,WA RURAL ROADS ,5 r55 NAn 500', YNI IA�R TAIASBNI PUPAL ROADS B URBAN-NALB JS 1.MPN JSb, y` N RURAL AOADB B URBAN ARTERNLS 15 1 b MPH AssnrNlAa B wuru asR•�Js "--- uRAw sYREs:: a YBM a.uss wD B m W E (1,ALL BAACIHG BNY BE TERSEE0 10 ACCOMJOWTE IHIEAGNNCA: gEPA AT�:PAOE FEWCED 115 AND piNEWAYe. !a TNR S Ay NAY BE AEDUCEO w URBAN AREAS TO FR POAOWAY CONDRIONB S NOT TO SCALE MINIMUM LANE CLOSURE TAPER LENGTH L Ihan I..11 25 1 >D I Js I .0 .f I % 55 BO BB 70 I I IB IOB 1. ]05 ]TB .50 5 550 11 ns Ies xxs CBS .Bs sw BBB I I I] I15 ISO x1] 3x0 Sb BBO EBD 110 1A0 AIB M�yr�j� CR�_.!TV.YSI.S c NW Region qft approx,S ptbtto ( I W TITUS ST closure and after opening ROW. I I Adm► 20 � I I ANao OVER Ati W20-1 I I X=200' 30 LEGENDI I VBRi AM WPOW QBHr NW REOI . -. 36"STANDARD DRUM Y.AB W20-SR FFIC OPERATIONS I SIGN LOCATION X=200' EXISTING TRAFFIC FLOW *". TEMPORARY TRAFFIC FLOW2L I I s e SEQUENTIAL ARROWBOARO X=200' ) 1 ;I I I NO ENCROACHMENT ON ° THIS TRAVELED LANE IS _ °I PERMITTED. IF ENCROACHMENT IS 25 L-165 I NECESSARY,LANE SHALL BE CLOSED h 1 ti i Y+ j I Rg10 WA at I YIBAD Pa1M1lVa W2e.y (0 HOR W2U-7b w saAR sT , I s3 I a � I a I I 9' I ADVANCE WARNING SIGNS Roo ✓a I SPACED C(X)OR AS SPACE-----e- waft I I ALLOWS. `"r/0 I REFER TO SIGN SPACING CHART W20-1 W20.7a d 13 Traffic control Is City of Kent jurisdiction. MATCH HEET 11 Juan Reyes ' T WSDOT Traffic WA BWNDTON STATE TRAFFIC CONTROL GENERAL NOTES; SUPERVISOR AOAp 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. NAME:cnn.rop.o D,o,. A Y10 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND Tcs—o a No— KEN T E�D" DATES(OPTIONAL). May'"4, '�°� 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK(MANDATORY) W 5 BUSINESS DAYS: 206-477-1140. 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD T"AC0" TBD CONDITIONS. s wERN sea S. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. 41h E Willis Joint Utility Trench UYa I• .! OJ CT lc—n M 8. ALL SIGNS MIN.48"s 48"UNLESS OTHERWISE SPECIFIED. Exhibit'0' Kent WA 7. CHANNELIZATION DEVICES ARE 36"STANDARD DRUMS(see TABLE GP 20719 uraER v,a T Nu.BER o"rt (1)for spacing distances). 4 1 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE Traffic Control Plan PAaa0 ar INTERSECTIONS AND/OR DRIVEWAYS, Pa a 12 Of 25 ehrls�trafN eeonirol Ian.net Q Y � o U. W G d 0. lj 6 ~ .6 c Z C W M-Y t1 LL O G O O LL C f�lOvl3 O \ O O SAVE `o W M G 2 U. O; F aJa O o U z 2 �01 Lau o�w = o ■ �� J O U O y a U,W !n s W in IN 9 N m 0 W L Jam 5uj sp yqA N W = d ., W H LL9 u W W m JQ C A OI-S mF • / K y 3 0 za a N o e $ ^ $ h lx-- LdC7 alu U � 7S ii n a• ��� R m�Q: G = Q O filjj o,y�[5� / /� W m O K IMP U 3 ast fb • f� •� ■ K l �O 9y a9 O f�V m OOm �xQ . RSCRC A �Q� � f pp77 ■ ¢� y Y�i _ �w � �� f�� w� 2p2p_ W �1� I N O f � ink qqFz 0Q D ® ZDZ y� OJ I ♦ C9 m R'.- W �w ■ n 3 az raNY W_ o me CcL z� coi n= >=� � o �^yypyp O3O J I / i aUF-=Ya mW��.��F C l og LLI�J 1 I � I I 0�S2'=-E.gz'QW 8s O a.L33HSHDIVW azo�CCmeOiicoiaa =�= MATCH SHEET 11 J Z � 1 f u r O F C WLU 2 4 C dd ® I o5 ?Ems • e N W o O =Wo 0 _ c I o3 �� g u S A I = u m I ® a C, Xa � v I :ol J ly N W N N cc to W N11 Y i I T 'Y W ; .�•I y „y0 gym- I �I \ ;mm' m o I A� m o � w I ® n o0 r x a Y ass ( 3 r �O a 11 I qa N I N V S I � S � F ( O Q Y 0• aW X X ab Ln00 fti t�f rr3w f = c4� = z W oQ X Q 9 s 9 7; O9Q I .4A W J W � w • ASCR7C F OYj I OC xy O �� mm JZ H� W N V K y^- O�om y a 63 Z Alm J I = rc�3yiq ypdt y�y3.���yCN �F��a99 . R = n 8 N J &aJa Ww INNIS, Fn O tft�C n a0 5N3N""""a N X TRAFFIC CONTROL PLAN rRf rwAn l 10PRIFITM" S%:M W. rNaT. �.=.-12 W...1.. .ED, KENT,WA 0.UPA4 NO— 11—— fOO= N 111114.ROADA A t,Nm,ARrTA h'O MN 3b i au Al AGI 4 UIN.AAM-2 i'1 r"WN _1 111 Wt.lYMAi l iULMf41 Q.T1b[R URBAN&T11LWTb ]'r-1 CA im PoD/III W E I I I ALL—INO—BE ADIUSTEO TO ACCO.Nk OAM 111gIM,— RAAIMA—HADE MTENSECTIONS A OFN AYS. 421 MIS WACBIO MAY BE REDUCED IN URBAN AREAS TO FIT NOADWAY T,oH01TpN5 S NOT TO SCALE MANDATORY Co cl WS00T NW RrgiR9 R�dk appro. min.prior to_fait o1 I I closure a iin imt7fediaUN altar opening RO „.. � 206440'4090 I I 11 I W TITUS ST LEGEND �{ SIGN LOCATION ROVED AS Noy I I EXISTING TRAFFIC FLOW I I T NW REGfaN I I pAFFIC OPERAi1DN5 I I I I I I I I N I I Q O I I I I ADVANCE WARNING SIGNS ( SPACED 9(X)OR AS SPACE j2?5 ALLOWS. 'w20-1 I I REFER TO SIGN SPACING CHART I I N I i h /.r/AAID Wp.D r0 vgWs 1 r6A I ( A1100 W20-7b W20.1 W SAAR ST I I I ABAT I I I i i I WOAD Y10WW 1 AW{Ap W20-1 W20.7R Traffic control is City of Kent jurlsdlction. Juan Reyes WSDOT Traffic MATCH SHEET 14 WASNINGTON STATP TRAFAC[ONTR=N. SUPERVISOR GENERAL NOTES: NAAI[ C NEB�O INhftp—oG,... ICS"AD A "a'" KENT a� 1. All SIGNS AND SPACING SHALL CONFORM TO THE MUTCO. cw..=A.Nh.- 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND w A;, DATES(OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF TBD ROAD WORK(MANDATORY) s�Ww,.DA h 5 BUSINESS DAYS: 206477-1140. 4lh&Willis Joint Utility Trench 4. SIGN SPACING MAYBE REDUCED IN URBAN AREAS TO FIT ROAD ZONE NOMO[N 1o11k.1 PAMCTLOCATION CONDITIONS. Exhibit'D' Kent WA 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE AWORK TRUCK. GP20719 YrwheNUANiBRp..r I. Nu - DATE S. ALL SIGNS MIN,48"X 48"UNLESS OTHERWISE SPECIFIED. Traffic Control Plan INENAREDDY POCK* 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE Page 15 of 25 Chrh INTERSECTIONS AND/OR DRIVEWAYS. 9 1-1 Grose chris8#trafflccontfoi len.net Qa t vy J • C �Ym Y N pppD 9d yy _ z OF d' O I I a x `s o W S 3: p N N 3 C� 3k0 is 0.' Y c� `�` O �► ` z ca W q 2 Y Fa- W = O W W F a �I J i r i S2 �rf 4♦6 I �fr�i o a A S3AVS 'o$ W H `- Y z of g. o LL _ Jo 0 w2z O N oz WE. f� J Z K � ap �V a I W W j C x hhWz-- Qy' gPt wfI\ vi� FZ- g0 OJz m � • 639 QJ t mLL 0,'- `o r LL U yp0 � �aN y� S J X p Z O O N / z u q a d 4 u. Q ` _ w � / / is y Y t f • S' U F � $ � � rZZ�Ny ♦ �� 1 / OOV QC-'� N � E =imm- s H f- �i a N o a s as�� f / �jI S 3 L a v 99 W W N 6+ / n 1 � d`1 si•�Z a W= 9 $ $ q�„g •l re r L lxOC ho iS Y o ' _ aW 3 x ?♦ — �f YsN 3OKycF N $ � s S3AVI? IE �T 97 x 9$ 37 F0� f- 9i' O O� p Ov'u Oa 7 g = J K O ^W W u+W G Z. r gis u� m m S; az LL a 4.n. Nara _' fQFG��yi.iZyW�� �Z1� 3 n$3 J PJJ O ■ _JO�O W6OF2W $uQW +l JF H W Q O 2 0 j JO Q J O m O t i ST133HSHOIVW 2 QZOQK�nNUd U"i � a H MATCH SHEET 14 a NY y 2 � �W W Z V I . x 2 1L =W m p 1 g W Q 0 J m 1 l Ix w H Y �O LOyQ Q UN y U J V yxj .I■ o W Z $�W M=S Im q W a g Q W o om I o rn a N 8 °° G li dr I ® �' N O a a < I ofUl � � U s I N Q. G O Z O 2 r y=j V1 = N d W ! N o Z I .s•I �� �v, �. II 0 t� N 6( x 4 'RSS O o z c I Cc,i u�i tga ¢ Itqq a c R � a� XX ' u $ I x 'o a ct It. I I rp N S x $ e $ I I ~ a t 3- to I �F a7yd• o o,"„� W I i¢ 6 yyQ NC Q yy I O O C y O O >Sp Z' I M <W O Z U ::4 x I W Z. Q I 4N - �9 $ F it htf KS" W COi: N 00 C I 2 W IOcl fy� uyW�Ot� uQK C W O O-go a Q�QaC7z Z-tZOO2OZdO ZW �QW ni �' • i �=O�K NNUd�uv<Z II S = C N t^1 O Yi 10 1� m ING FREEWAYS A E%PRESSWAYesRAC ,ex>c«PH ,SOTA TRAFFIC CONTROL PLAN RORAL NM—,s .'Ea W. W. KENT,WA RURAL ROADS .11 SS- Sari N «IJfAI.p A w AAFR . r..a A ll Mo. IluNkl ADAW a.AIaA'A ARTtASKa n l le Axle SDP.to aEECert t 4 awwtss D.TTWn IAraAN S'"E's 1%_Oli«aa W.in W E (HALL SPRUNG MAY BE ADJUSTED 10 ACCOWODATE INTE HAYOE RAIA'%ATOWE ME RSED-5 ARD DPNEYlAYS f.)iMM SPADI5 MAY K REDUCED N URRAN AREAS TO FR ROADWAY CONOn10NS S NOT TO SCALE MANDATORY C W'DOTNWRegion approx'101n,prior to suit closure• in afterIris opening ROPY. i i J � sr• \ 1 1 T 206-440�1�90 LEGEND I I W TF(US ST OF I SIGN LOCATION EXISTING TRAFFIC FLOW I I _Nw I i 30 OPERATHM I I Traffic control Is City of Kent jurisdiction. I I Juan Reyes WSDOT Traffic I I ADVANCE WARNING SIGNS SPACED 4(X)OR AS SPACE—} y ALLOWS. D I I a REFER TO SIGN SPACING CHART wee 1 I I I I _ I I 25 I I i I CIONa a u.gRu I I rasaw aDAO CUSTOM open I I AMM W20.1 W SAAR ST I I I I — I I I I I I • ✓ I 1 bao i I I I FFwa ARIrAo w20-T I I W20.7a PLAQUE ✓I I TO:4TH AVE roIIR(b}FQR TQUI GfTAFL5 DETOUR 11 1 I 1 11 1 1 1 M4 9L MATCH HEET 17 T 1 WASllRq 10MlfA1L rRAFFl COWROL GENERAL NOTES; SUPERVISOR 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCO. m w cN«nRA«a D 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND res CARDa oto1N DATES(OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF KENT ROAD WORK(MANDATORY) W.s 5 BUSINESS DAYS: 206-477-1140. 4. SIGH SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD °MTR"f0" TBD CONDITIONS. nRnsnR 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. 41h&Willis Joint Utility Trench flMNL 4v«a atofDt.l OIFCi LOCAfgN B. ALL SIGNS MIN.48"s 48"UNLESS OTHERWISE SPECIFIED. Exhibit,D. Kent WA 7. CH DEVICES ARE 36"STANDARD DRUMS(see TABLE GP 20719 NOME--(A(N., a u«eER DA79 (1)(of spacing distances). 2 1 B. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE Traffic Control Plan INTERSECTIONS ANDIOR DRIVEWAYS. Page 18 Of 25 a, chrisOtfairic contra I Ian.not 3 Z W J oG 0 3 5 I I x/ •W �° a W IRS Z N W J p G H 3 Y Y F O H d W t7 fyA u d c� O f� yy �' O �Q�J� N N fl I I J c Ti M Vl d W F N • m � u p;H ® • d N Q d' (7•Q A S3AV£ w w �c� r- rc i W w oocg oJ"o � az w z Z O = N Oy M tt O um,u V 2 q M a ftOP QQp LLL LU de 3 og J_ has? �12 u U,N W J-,00 a u, a atL q CL O � . . q / • / ail, W O W A R R I m = N O es 41 So i � _ Ii• qq A � � � • � p Q Y F S • _ _� ♦ a � o opc � • H m� • m� �F � r �uf C 7 I113 8 S3AVYcl ou o a rim i Opy OT u N M K CSSER � '1 �� F „ �q9q aiK O �W WWWp� p cW U ad ga Y * 2 3 N S' N u A>Q 338 4i d 3 zz a W rs i x a Po n_ > _ IL z c 60� �$aW dE �a„• 1 � x a1 N_ K;NSOHN �e6il� 8T133HSH312 W r ti V v1 vi r ao aJ y MATCH SHEET 17 �r/ O a pdNO I Llalwllli sc �:EMC t F,Y �pa0 - µW! N 1^ p W i z zQW ( ■ 1 z�W J ■ # � � u I 0 f T p a V O o O L � � m W I • . g •� �r co o = J I • 1 • W Ii • Z W a p Y �lL (V I ct II i b -- ---�� I o E qp x �uN�i/l�� � ■i � x� O _ . r X x `� Y a � � I �• J m� in 9 xx I''IN I I t+Q M x i9 q I I x d o z 5y <O I ; a _ I LOYam— � B� E K N� LL O OC T S Iz„ v (t jj �D I O O U N Z 7 11 I z U 2 ZN u . sssox 66 :SY I Cf � a W 1-�Nm Jm �m0 jp °�0 4 J•�< �ss����� �F*�*y��'; 1 I � , II x N wLL QW Oo�N�sf=N2.7 O mi I 20WVKl Jol-wg�"zo KilfNU6 QU�.Q= � �N V Yf t•M1 m Q Z W ggyg� e a 3; C4 `e z 3 Z O & o .5 a uj C I ► �O r u uj« ) a O ► I I W o c 3 W I ! o Q Od Z I I N C z O Z U'N N V 5`p WW N H Z f� i FI N 3SG 9� Y7 N p zW;oc I I 3 oo StBY $3AVt �a t � s a a / / `m o w o N c C N / O CC X Q U W / N 3 m F L1J N $ F q V cc:Q a u z a , w ~ n3 / W 40 y Z � L a i O o � � p ;ice N = W Q W O O !alai 9 / �g = e 0N¢� MIN aESYN # �ff¢ lbw z `g asc zp 3o WwM c :scar W N� V ]] Cu o 9 Z Z 20 �O¢QW OCPV�QO 9.0 Z 6_ yyya� ZLLy O QOGZ5 , 0 Z N r V 2 2 d tW/1 J JOGJOo1 C70KJ2 w J W ii5 = 5 azOQOC wc�aQc�L�= SIGN SPACING .x TRAFFIC CONTROL PLAN .RrxwA:i.rru ru" "'Mr I=. KENT,WA RURAL MONNAYS so B:NaH , N RURAL aOAp9 IS'SB WH xn! .yRN AOADL\PMN ARTr1Y.i �+.!11.It YO. 71 7 MEH _'al _ W E "Z,"M A BU9KZ4 WIWIL DeAAN♦ME" n—aR Etss c IIALL WAGHO NAY BE ADl11STED TO ACCCYI.ODATE INTERUNNOE RAMPS AT—AUE WTERBEOTOMS At dINEVNB'S 121 THIS SPACING-1'BE REDUCED 1N URBAN AREAS TO rrt S ROADWAY.ONdIq HS O NOT TO SCALE 48"x 60" N ROAD I I Qonw WSDOT N9.:�aWy io LL BE a$prw%BSr-a.Pdo CLOSED Clip and "ar ' opening R zAr ro zn Rll-1501 20"0-4490 I I ADVANCE WARNING SIGNS SPACED 0(X)OR AS SPACE ..4► tt� I I ALLOWS. Y+2aT REFER TO SIGN SPACING CHART i I wsdby-NW REMN TRAFFIC OPERATRSNS I I I I WSDOT is approving traffic control within Limped Access only. wrWieR RDAO wa. W20.2 ANUD I I W2o-' W SAAR ST I I LEGEND I I t-I SIGN LOCATION I I EXISTING TRAFFIC FLOW I I — PLAOUE .oAo To:4TH AVE WAS 0"OUR rNAN 4-- IMP 1 'N20.1 hW9L I I 40 4.97+1- ✓ I I KENT-DES MOINES RD /. a•.3V 24'x 24' QQ '01D 4W20-2 PLAQUE To:4TH AVEW20-3 R3-1 OfTOUR M.'r At4-9v MATCH SHEET 21 ur.+4L ADVANCE WARNING SIGNS SPACED O(X)OR AS SPACE ALLOWS. REFER TO SIGN SPACING CHART SEE PAGE 23 DETOUR(k}FOR aETOUR 4FTAr' WASNrNGTON STATE TRAMC COA7ROL SUPERVISOR GENERAL NOTES: NANe cnn.roRn..D cn.. 4MW � res cAnD4 eror:4 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD, KENT EXP DATE'131— 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND °rr•°•4­ DATES(OPTIONAL). `N A s + N c T o" 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK(MANDATORY) coNrRAcrow TBO S BUSINESS DAYS: 206-477-1140. waEAvrB ,D RANe 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD 4th&Willis Joint UNIT Treh CONDITIONS. - RNONEHwRER iew,..l m cr LocATncroN Kent WA S. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. n oRe NON6eR u.n sN Nu.BRE A t 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED, GP 20719 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE Traffic Control Plan .ARxD e+ INTERSECTIONS AND/OR DRIVEWAYS. P 22 of 25 xa•uL chrisotrafficcontrol Ian.nat r � � o c eL6 a w x C4 < o b 0 3 - c 93 w u 3 4 O gg H N F E � .a m W d N N U N S3AVV K m m a r X M U �� z zU > o! K o o a a W K N Z 21 Q N ku 3 `n W_yJ z} lAA 6 It i ro 4 Q N 3 0X 3 N )C m LOU if1 m A O x �C co �� a S V U �° u u S 3AV S c $ o m� N Q po pip LL L Y- At = 6 Y W r ¢ N OW K a- 2 8y ¢ •J (" � 2 W N A'3FYR d �N �u�+ u OW fW W O JIM � 3 oco z co Wo�� c��umg-W 3L� is J uQyo 3a <4 1 p�QOLL o"'�o�a izoaSez 33 ¢N4K F G =o p Y € Jf� � L` O4WOm5?Oz S^�z 4���� �QT z W - z o € Y O I - 4 1 0 z c •7p x s C Wr . yI IX a 4 IL O a N ° o o Q- (D W m m d W mia �WOW4QK�Q �S QFFS QoQ z 21 w ` F- G O O?J Q Z N .-a cc cc 0 O;C N U O W i p 0 W a Z , 2 J 5 ixL y.QAO O. G Z � N Y z � O d _j a a n 'n d z S 3 ; a r, � �88 xxx W � � < _ S3Aas R ppp pp npp �� � 11 ti N Q o oZ f g ZQ tJ O W� Z W O WON Qy 33�� UN EEEE Q d �=z ?zE Cd 9 -QX ty+ 4 of (? gyp �Wy�p pp N H H of Tu z 3"s43 m¢� =p3oc �O i 'Q Vepp A}o # r3a ❑ moo�nA cW � W zQ9g S �d oan y avaia� F 311 a�Fiv W> ¢ 'coo .2+� cc< �` i�oao�i qaW _ N W Z ✓�=' ZO tiN= eNK ? � J< u eg = HHN �OQ�c,KJ S^Jr = QZpNUd Qtt^Qi $!! ° =k — � _» ! !7� ■ , kLL. � § ■ s3AV■ § § ) \ § o |. ■ ■ / �\ ! ! | » � § . % , \ s3AV, ■ o_ 33AV E 2 U .. � .. .. � ■§ s3AV# ■ � §§ , k s3AV, (k Yu _ 39 � ■ �� § j � § ■ � j § s3AV s ■ - _f ks§§222§ j�Bj)fkk)� Pre-Construction NotificationQ) l"II In accordance with Washington State Department of Transportation (WSDOT) Special Provisions for General Permits, provide requested information to below-designated WSDOT contacts prior to the beginning of work. Use Alternate Contact or surface mail if phone or e-mail are no longer in effect. a No work shall take place until the Utility has participated in the Pre-Construction conference. Permit Number: GP 20719 State Route No: 516 Expiration Date: 12/31/2019 From Mile Post: 4.98 WO/Charge Code: 18-3020/JZ0449 2 To Mile Post: 4.98 WSDOT Construction Contacts WSDOT Inspector (notify at least five (5) days prior to starting work) Maintenance Area 4 Office NAME; Mike Golden 26620 68th Ave South N B-82-44 TITLE: Maintenance Superintendent Kent, WA 98032 PHONE: 253-372-3900 E-MAIL: GOLDENM@wsdot.wa.gov WSDOT Traffic Control (notify at least five (5) days prior to starting work) Construction Traffic Coordination Office NAME: Juan Reyes _ 15700 Dayton Ave. N. TITLE: WSDOT NWR CTCO Engineer P.O. BOX 330310,NB82-125 Seattle,WA 98133-9710 PHONE: 206-440-4467 E-MAIL: REYESJ@wsdot.wa.jzov J Construction ' • Z Anticipated Start Date: Estimated Duration: O General Permit Holder City of Kent NAME: COMPANY TITLE: C STREET ADDRESS C PHONE: CITY,STATE ZIP E-MAIL: W OFFICE PHONE -` Contractor d- NAME: COMPANY TITLE: STREET ADDRESS PHONE: CITY,STATE ZIP Uj E-MAIL: OFFICE PHONE z THE PERMIT HOLDER OR THEIR REPRESENTATIVE SHALL NOTIFY NORTHWEST REGION UTILITIES {,� GP 20719 W IMMEDIATELYIF THEY ARE UNABLE TO START CONSTRUCTION ON THE DATE INDICATED ABOVE. EXhIbIt IEI EXHIBIT T r^ FAILURE TO PROVIDE NOTIFICATION MAY RESULT IN INSPECTION CHARGES BEING INCURRED. PAGE 1 OF 1 V GP 20719 Pre-Construction NoMicaticn Page 1 of 1 PREVAI LI NG WAGE RATES Willis & 4`" Roundabout Joint Utility Trench/Leyrer A - 7 August 12, 2019 Project Number: 18-3020 rays I vi iv 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: 08/27/2019 County Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $46.57 5D 1 H view King Boilermakers Journey Level $66.54 5N 1C View King Brick Mason Journey Level $57.32 5A 1M View King Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M View King Building Service Employees Janitor $24.631 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $25.08 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold) $28.13 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $29.03 5S 2F View King Cabinet Makers (In Shop) Journey Level $22.74 1 View King Carpenters Acoustical Worker $60.041 5D 4C View King Carpenters Bridge, Dock And Wharf $60.04 5D 4C View Carpenters King Carpenters Carpenter $60.04 5D 4C View King Carpenters Carpenters on Stationary Tools $60.17 5D 4C View King Carpenters Creosoted Material $60.141 5D 4C View King Carpenters Floor Finisher $60.04 5D 4C View King Carpenters Floor Layer $60.04 5D 4C View King Carpenters Scaffold Erector $60.04 5D 4C View King Cement Masons Journey Level $60.07 7A 41J View King Divers Et Tenders Bell/Vehicle or Submersible $113.60 5D 4C View Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $76.33 5D 4C View King Divers Et Tenders Diver $113.60 5D 4C 8V View King Divers Et Tenders Diver On Standby $71.33 5D 4C View King Divers Et Tenders Diver Tender $64.71 5D 4C View King Divers Et Tenders Manifold Operator $64.71 5D 4C View King Divers Et Tenders Manifold Operator Mixed Gas $69.71 5D 4C View King Divers Et Tenders Remote Operated Vehicle $64.71 5D 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle Tender $60.29 5A 4C View King Dredge Workers Assistant Engineer $56.44 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $56.001 5D 3F View King Dredge Workers Boatmen $56.44 5D 3F View King Dredge Workers Engineer Welder $57.51 5D 3F View King Dredge Workers ILeverman, Hydraulic $58.67 5D 3F View h��nr• //�nr�rnr r nn i/Ini/ui �nnlnn1, in/n­1A/nnnlnnln in nor %t Q/1 ') I-Ml r) rayc G VI 1V King Dredge Workers Mates $56.441 5D 3F View King Dredge Workers Oiler $56.00 5D 3F View King Drywall Applicator Journey Level $58.48 5D 1 H View King Drywall Tapers Journey Level $59.32 5P 1 E View King Electrical Fixture Maintenance Journey Level $30.59 5L 1 E View Workers King Electricians - Inside Cable Splicer $81.32 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $87.37 7C 4E View King Electricians - Inside Certified Welder $78.55 7C 4E View King Electricians - Inside Certified Welder (tunnel) $84.34 7C 4E View King Electricians - Inside Construction Stock Person $41.49 7C 4E View King Electricians - Inside Journey Level $75.80 7C 4E View King Electricians - Inside Journey Level (tunnel) $81.32 7C 4E View King Electricians - Motor Shop Journey Level $45.08 5A 1 B View King Electricians - Powerline Cable Splicer $79.60 5A 4D View Construction King Electricians - Powerline Certified Line Welder $72.98 5A 4D View Construction King Electricians - Powerline Groundperson $47.94 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment Operator $72.98 5A 4D View Construction King Electricians - Powerline Journey Level Lineperson $72.98 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $62.06 5A 4D View Construction King Electricians - Powerline Meter Installer $47.94 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $72.98 5A 4D View Construction King Electricians - Powerline Powderperson $54.55 5A 4D View Construction King Electronic Technicians Journey Level $50.57 7E 1 E View King Elevator Constructors Mechanic $94.22 7D 4A View King Elevator Constructors Mechanic In Charge $101.73 7D 4A View King Fabricated Precast Concrete All Classifications - In-Factory $18.25 5B 1 R View Products Work Only King Fence Erectors Fence Erector $41.45 7A 31 View King Fence Erectors Fence Laborer $41.451 7A 31 View King Fla ers Journey Level $41.45 7A 31 View King Glaziers Journey Level $64.56 7L 1y View King Heat Et Frost Insulators And Journeyman $73.58 5J 4H View Asbestos Workers King Heating Equipment Mechanics Journey Level $82.511 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $50.42 7A 31 View King Industrial Power Vacuum Cleaner Journey Level $12.00 1 View King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen Deckhand $57.481 5B 1 K View King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K View King lintand Boatmen Mate $57.31 5B 1K View King $31.49 1 View h++nr• /m AA/non 1^n1­ M nIO rays vi lv Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer Sewer I* Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $12.00 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $60.04 5D 4C View King Ironworkers Journeyman $70.68 7N 10 View King Laborers Air, Gas Or Electric Vibrating $48.90 7A 31 View Screed King Laborers Airtrac Drill Operator $50.42 7A 31 View King Laborers Ballast Regular Machine $48.90 7A 31 View King Laborers Batch Weighman $41.45 7A 31 View King Laborers Brick Pavers $48.90 7A 31 View King Laborers Brush Cutter $48.90 7A 31 View King Laborers Brush Hog Feeder $48.90 7A 31 View King Laborers Burner $48.90 7A 31 View King Laborers Caisson Worker $50.42 7A 31 View King Laborers Carpenter Tender $48.90 7A 31 View King Laborers Caulker $48.90 7A 31 View King Laborers Cement Dumper-paving $49.81 7A 31 View King Laborers Cement Finisher Tender $48.90 7A 31 View King Laborers Change House Or Dry Shack $48.901 7A 31 View King Laborers Chipping Gun (under 30 Lbs.) $48.90 7A 31 View King Laborers Chipping Gun(30 Lbs. And Over) $49.81 7A 31 View King Laborers Choker Setter $48.90 7A 31 View King Laborers Chuck Tender $48.90 7A 31 View King Laborers Clary Power Spreader $49.811 7A 31 View King Laborers Clean-up Laborer $48.90 7A 31 View King Laborers Concrete Dumper/chute Operator $49.81 7A 31 View King Laborers Concrete Form Stripper $48.90 7A 31 View King Laborers Concrete Placement Crew $49.81 7A 31 View King Laborers Concrete Saw Operator/core $49.81 7A 31 View Driller King Laborers Crusher Feeder $41.45 7A 31 View King Laborers Curing Laborer $48.90 7A 31 View King Laborers Demolition: Wrecking Et Moving $48.90 7A 31 View (incl. Charred Material) King Laborers Ditch Digger $48.901 7A 31 View King Laborers Diver $50.42 7A 31 View King Laborers Drill Operator $49.81 7A 31 View (hydrau tic,diamond) King Laborers Dry Stack Walls $48.90 7A 31 View King Laborers Dump Person 1 $48.901 7A 31 View h��nr //Fnr�rnrr ur- nnr/Ini/u - nnlnnlrn/nrrlAl- nnlnnlnn �rnv 0/1 It-Min rays -r vi iv King Laborers Epoxy Technician $48.901 7A 31 View King Laborers Erosion Control Worker $48.90 7A 31 View King Laborers Faller It Bucker Chain Saw $49.81 7A 31 View King Laborers Fine Graders $48.90 7A 31 View King Laborers Firewatch $41.45 7A 31 View King Laborers Form Setter $48.901 7A 31 View King Laborers Gabian Basket Builders $48.90 7A 31 View King Laborers General Laborer $48.90 7A 31 View King Laborers Grade Checker Ft Transit Person $50.42 7A 31 View King Laborers Grinders $48.90 7A 31 View King Laborers Grout Machine Tender $48.901 7A 31 View King Laborers Groutmen (pressure)including $49.81 7A 31 View Post Tension Beams King Laborers Guardrail Erector $48.90 7A 31 View King Laborers Hazardous Waste Worker (level A) $50.42 7A 31 View King Laborers Hazardous Waste Worker (level B) $49.81 7A 31 View King Laborers Hazardous Waste Worker (level C) $48.901 7A 31 View King Laborers High Scaler $50.421 7A 31 View King Laborers Jackhammer $49.81 7A 31 View King Laborers Laserbeam Operator $49.81 7A 31 View King Laborers Maintenance Person $48.90 7A 31 View King Laborers Manhole Builder-mudman $49.81 7A 31 View King Laborers Material Yard Person $48.901 7A 31 View King Laborers Motorman-dinky Locomotive $49.81 7A 31 View King Laborers Nozzleman (concrete Pump, $49.81 7A 31 View Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $49.81 7A 31 View King Laborers Pilot Car $41.45 7A 31 View King Laborers Pipe Layer Lead $50.421 7A 31 View King Laborers Pipe Layer/tailor $49.81 7A 31 View King Laborers Pipe Pot Tender $49.81 7A 31 View King Laborers Pipe Reliner $49.81 7A 31 View King Laborers Pipe Wrapper $49.81 7A 31 View King Laborers Pot Tender $48.901 7A 31 View King Laborers Powderman $50.42 7A 31 View King Laborers Powderman's Helper $48.90 7A 31 View King Laborers Power Jacks $49.81 7A 31 View King Laborers Railroad Spike Puller - Power $49.81 7A 31 View King Laborers Raker - Asphalt $50.42 7A 31 View King Laborers Re-timberman $50.42 7A 31 View King Laborers Remote Equipment Operator $49.81 7A 31 View King Laborers Rigger/signal Person $49.81 7A 31 View King Laborers Rip Rap Person $48.90 7A 31 View King Laborers Rivet Buster $49.81 7A 31 View King Laborers Rodder $49.81 7A 31 View King Laborers Scaffold Erector $48.90 7A 31 View King ILaborers Scale Person $48.90 7A 31 View k++ /if^e�en�r� is n nnir/Ini in/metAA/nn re n mir 0/y 1/Iny n rays .j vi iv King Laborers Sloper (over 20") $49.811 7A 31 View King Laborers Sloper Sprayer $48.901 7A 31 View King Laborers Spreader (concrete) $49.811 7A 31 View King Laborers Stake Hopper $48.90 7A 31 View King Laborers Stock Piler $48.90 7A 31 View King Laborers Tamper Et Similar Electric, Air Et $49.81 7A 31 View Gas Operated Tools King Laborers Tamper (multiple Et Self- $49.81 7A 31 View propelled) King Laborers Timber Person - Sewer (lagger, $49.81 7A 31 View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $48.90 7A 31 View King Laborers Topper $48.90 7A 31 View King Laborers Track Laborer $48.901 7A 31 View King Laborers Track Liner (power) $49.81 7A 31 View King Laborers Traffic Control Laborer $44.33 7A 31 8R View King Laborers Traffic Control Supervisor $44.33 7A 31 8R View King Laborers Truck Spotter $48.90 7A 31 View King Laborers Tugger Operator $49.81 7A 31 View King Laborers Tunnel Work-Compressed Air $107.60 7A 31 View Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $112.63 7A 31 View Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $116.31 7A 31 8g View Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $122.01 7A 31 8� View Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $124.13 7A 31 8� View Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $129.23 7A 31 8� View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $131.13 7A 31 8� View Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $133.13 7A 31 8� View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $135.13 7A 31 8� View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $50.52 7A 31 8� View Tender King Laborers Tunnel Work-Miner $50.52 7A 31 8� View King Laborers Vibrator $49.81 7A 31 View King Laborers Vinyl Seamer $48.90 7A 31 View King Laborers Watchman $37.67 7A 31 View King Laborers Welder $49.81 7A 31 View King Laborers Well Point Laborer $49.81 7A 31 View King Laborers Window Washer/cleaner $37.67 7A 31 View King Laborers - Underground Sewer Et General Laborer Et Topman $48.90 7A 31 View Water King Laborers - Underground Sewer Et Pipe Layer $49.81 7A 31 View Water King Landscape Construction Landscape Laborer $37.67 7A 31 View King Landscape Construction Landscape Operator $63.76 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View kf+r ,r• //Fnr+rew-r iatn nn­/Ini AAA-innlnnln m 1/ &r%i1AtntnnI^^Ii .r ntrn­ Oil "1/'l(li (1 rays v vi lv King Lathers Journey Level $58.481 5D 1 H View King Marble Setters Journey Level $57.32 5A 1M View King Metal Fabrication (In Shop) Fitter $15.86 1 View King Metal Fabrication (In Shop) Laborer $12.00 1 View King Metal Fabrication (In Shop) Machine Operator $13.04 1 View King Metal Fabrication (In Shop) Painter $12.001 1 View King Metal Fabrication (In Shop) Welder $15.48 1 View King Millwright Journey Level $61.54 5D 4C View King Modular Buildings Cabinet Assembly $12.00 1 View King Modular Buildings Electrician $12.00 1 View King Modular Buildings Equipment Maintenance $12.00 1 View King Modular Buildings Plumber $12.00 1 View King Modular Buildings Production Worker $12.00 1 View King Modular Buildings Tool Maintenance $12.00 1 View King Modular Buildings Utility Person $12.00 1 View King Modular Buildings Welder $12.00 1 View King Painters Journey Level $42.50 6Z 2B View King Pile Driver Crew Tender/Technician $64.71 5D 4C View King Pile Driver Hyperbaric Worker - Compressed $74.87 5D 4C View Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - Compressed $79.87 5D 4C View Air Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - Compressed $83.87 5D 4C View Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - Compressed $88.87 5D 4C View Air Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker - Compressed $91.37 5D 4C View Air Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - Compressed $96.37 5D 4C View Air Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - Compressed $98.37 5D 4C View Air Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - Compressed $100.37 5D 4C View Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - Compressed $102.37 5D 4C View Air Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $60.29 5D 4C View King Pile Driver Manifold Operator (LST) $69.71 5D 4C View King Plasterers Journey Level $56.54 7G 1R View King Playground It Park Equipment Journey Level $12.00 1 View Installers King Plumbers 8 Pipefitters Journey Level $85.69 6Z 1 G View King Power Equipment Operators Asphalt Plant Operators $64.83 7A 3K 8X View King Power Equipment Operators Assistant Engineer $60.98 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $64.261 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $64.26 7A 3K 8X View King Power Equipment Operators Bobcat $60.98 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition $60.98 7A 3K 8X View Equipment King Power Equipment Operators Brooms $60.98 7A 3K 8X View King Power Equipment Operators Bump Cutter $64.26 7A 3K 8X View King Power Equipment Operators Cableways $64.83 7A 3K 8X View h++nc-• //Fn ...n nn, ,n/n-r%Alnn lnn lei in ne-n%i 0/11)11r)I (1 rayc i vi 1v King Power Equipment Operators Chipper $64.261 7A 3K 8X View King Power Equipment Operators Compressor $60.98 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser $60.98 7A 3K 8X View Screed King Power Equipment Operators Concrete Pump - Mounted Or $63.76 7A 3K 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $64.83 7A 3K 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $64.26 7A 3K 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $63.76 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and over $66.80 7A 3K 8X View King Power Equipment Operators Cranes: 100 tons through 199 $65.48 7A 3K 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 Tons $64.26 7A 3K 8X View With Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $66.15 7A 3K 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or 300' $66.80 7A 3K 8X View of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $64.83 7A 3K 8X View Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X View Under King Power Equipment Operators Cranes: Friction cranes through $66.15 7A 3K 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $63.76 7A 3K 8X View attachments, A-frame over 10 tons King Power Equipment Operators Crusher $64.26 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches $64.26 7A 3K 8X View (power) King Power Equipment Operators Derricks, On Building Work $64.83 7A 3K 8X View King Power Equipment Operators Dozers D-9 Et Under $63.76 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or $63.76 7A 3K 8X View Crane Mount King Power Equipment Operators Drilling Machine $65.48 7A 3K 8X View King Power Equipment Operators Elevator And Man-lift: Permanent $60.98 7A 3K 8X View And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $64.26 7A 3K 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X View Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X View Attachments King Power Equipment Operators Grade Engineer: Using Blue $64.26 7A 3K 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $60.98 7A 3K 8X View King Power Equipment Operators Guardrail Punch $64.26 7A 3K 8X View King Power Equipment Operators $64.83 7A 3K 8X View kf+nr- uin n r-%%r 0/1 /1)nIn rayc u vi iu Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump Articulating $64.26 7A 3K 8X View Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $63.76 7A 3K 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $64.26 7A 3K 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over 10 $63.76 7A 3K 8X View Tons King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons $60.98 7A 3K 8X View And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $65.48 7A 3K 8X View Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $64.83 7A 3K 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X View King Power Equipment Operators Loaders, Plant Feed $64.26 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $63.761 7A 3K 8X View King Power Equipment Operators Locomotives, All $64.26 7A 3K 8X View King Power Equipment Operators Material Transfer Device $64.26 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 $65.48 7A 3K 8X View Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $64.83 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $64.83 7A 3K 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $60.98 7A 3K 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And $63.76 7A 3K 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: 20 $64.26 7A 3K 8X View Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 Tons $65.48 7A 3K 8X View And Over King Power Equipment Operators Overhead, Bridge Type: 45 Tons $64.83 7A 3K 8X View Through 99 Tons King Power Equipment Operators Pavement Breaker $60.98 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane $64.26 7A 3K 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $60.98 7A 3K 8X View King Power Equipment Operators Power Plant $60.98 7A 3K 8X View King Power Equipment Operators Pumps - Water $60.98 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under 100 $60.98 7A 3K 8X View Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $64.83 7A 3K 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $60.98 7A 3K 8X View King Power Equipment Operators $63.76 7A 3K 8X View h��nr• l/fnr�rnrr urn rrn r/Ini ItsinnnI^nIfi in/nri AA/-innlnnln.n n,-m- 0 11 7 1')/l1 (1 rays � vi iv Rigger/Signal Person, Bellman (Certified) King Power Equipment Operators Rollagon $64.83 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $60.98 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift $63.76 7A 3K 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $64.26 7A 3K 8X View King Power Equipment Operators Saws - Concrete $63.76 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 $64.26 7A 3K 8X View Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $63.76 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 Yards $64.83 7A 3K 8X View And Over King Power Equipment Operators Service Engineers - Equipment $63.76 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $60.98 7A 3K 8X View King Power Equipment Operators Shovel , Excavator, Backhoe, $63.76 7A 3K 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: Over $64.83 7A 3K 8X View 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $64.26 7A 3K 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $65.48 7A 3K 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $66.15 7A 3K 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $64.83 7A 3K 8X View King Power Equipment Operators Spreader, Topsider Et Screedman $64.83 7A 3K 8X View King Power Equipment Operators Subgrader Trimmer $64.261 7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $63.761 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' In Height $65.48 7A 3K 8X View Base To Boom King Power Equipment Operators Tower Crane: over 175' through $66.15 7A 3K 8X View 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in height $66.80 7A 3K 8X View from base to boom King Power Equipment Operators Transporters, All Track Or Truck $64.83 7A 3K 8X View Type King Power Equipment Operators Trenching Machines $63.76 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 $64.26 7A 3K 8X View Tons And Over King Power Equipment Operators Truck Crane Oiler/Driver Under $63.76 7A 3K 8X View 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $64.261 7A 3K 8X View King Power Equipment Operators Welder $64.83 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farman Type $60.98 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $64.26 7A 3K 8X View King Power Equipment Operators- Asphalt Plant Operators $64.83 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $64.26 7A 3K 8X View Underground Sewer Et Water King Batch Plant Operator, Concrete $64.26 7A 3K 8X View h��nr• //fnrfrnrr ur nnr/Ini/ r- nnlnnliiin/nrr\A/ �nnlnnlnin - r^n�i 0/11 / Mtn rQYC lv vi Iv Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Bobcat $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $60.98 7A 3K 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $64.83 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $64.26 7A 3K 8X View Underground Sewer Er Water King Power Equipment Operators- Compressor $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - Laser $60.98 7A 3K 8X View Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $63.76 7A 3K 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $64.83 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $64.26 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes friction: 200 tons and over $66.80 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes: 100 tons through 199 $65.48 7A 3K 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $64.26 7A 3K 8X View Underground Sewer Et Water With Attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $66.15 7A 3K 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or 300' $66.80 7A 3K 8X View Underground Sewer Et Water of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $64.83 7A 3K 8X View Underground Sewer Et Water Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X View Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes through $66.15 7A 3K : 8X] View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $63.76 7A 3K 8XView Underground Sewer Et Water attachments, A-frame over 10 tons King Power Equipment Operators- Crusher $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $64.26 7A 3K 8X View Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $64.83 7A 3K 8X View Underground Sewer Et Water h��r�r• //Fnr+rnrr ...n nnir/IniAA,-%nnln^1i ir%i"—AA/ nlnn le..n nirr%­ O/i /l(lin rayc ii vi iv King Power Equipment Operators- Dozers D-9 Et Under $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $63.76 7A 3K 8X View Underground Sewer Et Water Crane Mount King Power Equipment Operators- Drilling Machine $65.48 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: Permanent $60.98 7A 3K 8X View Underground Sewer Et Water And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $64.26 7A 3K 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X View Underground Sewer Et Water Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X View Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $64.26 7A 3K 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump Articulating $64.83 7A 3K 8X View Underground Sewer Et Water Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump Articulating $64.26 7A 3K 8X View Underground Sewer Et Water Off road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $63.76 7A 3K 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $64.26 7A 3K 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/Boom Trucks Over 10 $63.76 7A 3K 8X View Underground Sewer Et Water Tons King Power Equipment Operators- Hydralifts/Boom Trucks, 10 Tons $60.98 7A 3K 8X View Underground Sewer Et Water And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $65.48 7A 3K 8X View Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $64.83 7A 3K 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders, Plant Feed $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 $65.48 7A 3K 8X View Underground Sewer Et Water Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $64.83 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $64.83 7A 3K 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- $60.98 7A 3K 8X View Underground Sewer Et Water kf+m,r• i.tn nn­/Ini/uinnnln^1ri /inr AA/non I n rayr- ie- vi iv Oil Distributors, Blower Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators And $63.76 7A 3K 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, Bridge Type Crane: 20 $64.26 7A 3K 8X View Underground Sewer Et Water Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 Tons $65.48 7A 3K 8X View Underground Sewer Et Water And Over King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $64.83 7A 3K 8X View Underground Sewer Et Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $64.26 7A 3K 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under 100 $60.98 7A 3K 8X View Underground Sewer Et Water Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $64.83 7A 3K 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $63.76 7A 3K 8X View Underground Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $64.83 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $63.76 7A 3K 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $64.26 7A 3K 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $64.83 7A 3K 8X View Underground Sewer Et Water And Over King Power Equipment Operators- Service Engineers - Equipment $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shotcrete/Gunite Equipment $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $63.76 7A 3K 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons h�tr�r• //fnr�rnr^r ur^� nnr r/Ini/rr-�nnlnnlii n/r�rr\A/-�nnlnnlr ire -�rr�� O/i 'l /'llli fl rayc l.) vi lv King Power Equipment Operators- Shovel, Excavator, Backhoe: Over $64.83 7A 3K 8X View Underground Sewer Et Water 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $64.26 7A 3K 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $65.48 7A 3K 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $66.15 7A 3K 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $64.83 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et Screedman $64.83 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Subgrader Trimmer $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In Height $65.48 7A 3K 8X View Underground Sewer Et Water Base To Boom King Power Equipment Operators- Tower Crane: over 175' through $66.15 7A 3K 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in height $66.80 7A 3K 8X View Underground Sewer Et Water from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $64.83 7A 3K 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $64.26 7A 3K 8X View Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/Driver Under $63.76 7A 3K 8X View Underground Sewer Et Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Welder $64.83 7A 3K 8X View Underground Sewer £t Water King Power Equipment Operators- Wheel Tractors, Farman Type $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $64.26 7A 3K 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $49.96 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $47.37 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $49.96 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $44.57 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $33.60 5A 4A View Trimmers King Refrigeration Et Air Conditioning Journey Level $81.01 6Z 1G View Mechanics King Residential Brick Mason Journey Level $57.32 5A 1M View King Residential Carpenters Journey Level $32.06 1 View King Residential Cement Masons Journey Level $29.25 1 View King Residential Drywall Applicators Journey Level $45.05 5D 4C View King lResidential Drywall Tapers Journey Level $45.19 5P 1 E View I1�nr //fnrFrnrr —n n^—/Ini I^^Ir..r /r —AA/non 1^n1—ire nr — 0/1 11-)r)l n rayc i•-r vi 1V King Residential Electricians Journey Level $36.011 1 View King Residential Glaziers Journey Level $43.00 7L 1 H View King Residential Insulation Applicators Journey Level $29.87 1 View King Residential Laborers Journey Level $26.18 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $27.801 View King Residential Plumbers Et Journey Level $39.43 1 View Pipefitters King Residential Refrigeration Et Air Journey Level $51.37 5A 1G View Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $50.01 7F 1 R View King Residential Soft Floor Lavers Journey Level $49.431 5A 3J View King Residential Sprinkler Fitters (Fire Journey Level $48.18 5C 211 View Protection) King Residential Stone Masons Journey Level $57.32 5A 1M View King Residential Terrazzo Workers Journey Level $52.61 5A 1M View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $53.27 5A 3H View King Roofers Using Irritable Bituminous $56.27 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $82.511 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane Operator $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Electrician $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $73.58 5J 4H View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Operating $36.36 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $36.361 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $36.36 7V 1 View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $44.061 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost Insulator $73.58 5J 4H View King Shipbuilding Et Ship Repair Ship Repair Laborer $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $44.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $44.95 7X 4J View h�tnr• //Fnr�rnrr ur nn r/Ini let,n to-,e% lAl-tnnlnnlet in ne• - rays 1J vi iv King Shipbuilding Et Ship Repair Ship Repair Rigger $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $44.951 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $44.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $49.70 0 1 View (Electrical) King Sign Makers Et Installers (Non- Journey Level $31.52 0 1 View Electrical) King Soft Floor Lavers Journey Level $49.43 5A 3J View King Solar Controls For Windows Journey Level $12.441 1 View King Sprinkler Fitters (Fire Protection) Journey Level $78.391 5C 1X View King Stage Rigging Mechanics (Non Journey Level $13.23 1 View Structural) King Stone Masons Journey Level $57.32 5A 1M View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $62.71 7A 3K 8X View Surveyor King Surveyors Assistant Construction Site $62.71 7A 3K 8X View Surveyor King Surveyors Chainman $58.93 7A 3C 8P View King Surveyors Construction Site Surveyor $63.76 7A 3K 8X View King Telecommunication Technicians Journey Level $50.57 7E 1E View King Telephone Line Construction - Cable Splicer $41.22 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $23.12 5A 2B View Outside King Telephone Line Construction - Installer (Repairer) $39.53 5A 2B View Outside King Telephone Line Construction - Special Aparatus Installer 1 $41.22 5A 2B View Outside King Telephone Line Construction - Special Apparatus Installer II $40.41 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $41.22 5A 2B View Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $38.36 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $38.36 5A 2B View Outside King Telephone Line Construction - Television Groundperson $21.92 5A 2B View Outside King Telephone Line Construction - Television Lineperson/Installer $29.13 5A 2B View Outside King Telephone Line Construction - Television System Technician $34.68 5A 2B View Outside King Telephone Line Construction - Television Technician $31.18 5A 2B View Outside King Telephone Line Construction - Tree Trimmer $38.36 5A 2B View Outside King Terrazzo Workers Journey Level $52.61 5A 1M View King Tile Setters Journey Level $52.61 5A 1M View King Tile, Marble Et Terrazzo Finishers Finisher $43.44 5A 1B View King Traffic Control Stripers Journey Level $46.23 7A 1 K View h��nr-• //fn rnrr- %ain 11ni A nt-inInnIri in/nrir1AIn nlnnlri n m%r Oil '1/'l(1l fl royc iv vi iv King Truck Drivers Asphalt Mix Over 16 Yards $58.561 5D 3A 8L View King Truck Drivers Asphalt Mix To 16 Yards $57.72 5D 3A 8L View King Truck Drivers Dump Truck $57.72 5D 3A 8L View King Truck Drivers Dump Truck &t Trailer $58.56 5D 3A 8L View King Truck Drivers Other Trucks $58.56 5D 3A 8L View King Truck Drivers - Ready Mix Transit Mix $58.561 5D 3A 8L View King Well Drillers & Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers King Well Drillers $ Irrigation Pump Oiler $12.97 1 View Installers King Well Drillers It Irrigation Pump Well Driller $18.00 1 View Installers h��nr• //Fnrtrn�r - nn /Ini/u - nnlnnlii•n/nr1A/- nnlnnliin - rn�i o/� �/�nin Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two(2)hours after eight (8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2)hours after eight (8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four- ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid 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. 1 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Continued 1. O. The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage.All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer))shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day)shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day(10 in a 4 x 10 workweek)or 40 hours during that workweek.)All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key— Effective 3/3/2019 thru 8/30/2019 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten- hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar(S 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 3/3/2019 thru 8/30/2019 Overtime Codes Continued 3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. 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 5 am to 6pm 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,and all hours worked in excess of twelve(12)hours in a single shift 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.When an employee returns to work without at least eight(8)hours time off since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight(8)hours rest period. 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4)hours of overtime after eight (8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday, the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer,the first ten(10)hours on Saturday may be worked at the straight time rate of pay.All hours worked over twelve(12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key— Effective 3/3/2019 thru 8/30/2019 Overtime Codes Continued 4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2)times the hourly rate of wage. All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the normal four- day,ten hour work week,and Saturday shall be paid at one and one half(1'/z)times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. I. The First eight(8)hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8)per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The first eight(8)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8)hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve(12)in a day,and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve(12)in a day Monday through Saturday,and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. 5 Benefit Code Key— Effective 3/3/2019 thru 8/30/2019 4. L. The first twelve(12)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on a Saturday in excess of twelve(12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage.All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9)hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate. N. 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,and all work performed between the hours of midnight(12:00 AM)and eight AM(8:00 AM) every day shall be paid at double the hourly rate of wage. O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six(6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four(4)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage,so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays shall be paid at double the hourly rate of wage. T. The first two(2)hours of overtime for hours worked Monday-Friday 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 shall be paid at double the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.For work on Saturday which is scheduled prior to the end of shift on Friday,the first six(6)hours work shall be paid at one and one-half times the hourly rate of wage,and all hours over(6)shall be paid double the hourly rate of wage. For work on Saturday which was assigned following the close of shift on Friday,all work shall be paid at double the hourly rate of wage. U. 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.(Except on makeup days if work is lost due to inclement weather, then the first eight(8)hours on Saturday may be paid the regular rate.)All hours worked over twelve(12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Holidav Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). 6 Benefit Code Key— Effective 3/3/2019 thru 8/30/2019 Holiday Codes Continued 5. C. Holidays: New Year's Day,Presidents' Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays: New Year's Day,Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). L. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day. (7 1/2). S. Paid Holidays:New Year's Day,Presidents' Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And The Day Before Or After Christmas(9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 6. A. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half- 7 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Day On Christmas Eve Day. (9 1/2). Holiday Codes Continued 6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve Day(11). H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating 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). 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And Christmas Day(9). Z. Holidays:New Year's Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 8 Benefit Code Key— Effective 3/3/2019 thru 8/30/2019 Holiday Codes Continued 7. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day,President's Day, Independence Day,Memorial Day, Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays:New Year's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day and Christmas Day(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following.Monday.If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,Christmas Day,the Day after Christmas,and A Floating Holiday(9).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. 9 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Holiday Codes Continued 7. 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. V. Holidays:New Year's Day,President's Birthday,Memorial Day,Independence Day, Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day,the day before or after Christmas,and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Eve Day,Christmas Day,the day after Christmas,the day before New Year's Day,and a Floating Holiday. X. 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 the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off,then the holiday will be taken on the last normal workday.If the holiday falls on a Monday that is the normal day off or on a Sunday,then the holiday will be taken on the next normal workday. Y. Holidays:New Year's Day, Presidents' Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,and Christmas Day. (8)If the holiday falls on a Sunday,then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the 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. B. Holidays:New Year's Day, Martin Luther King Jr. Day, President's Day,Memorial Day, Independence Day, Labor Day,Veteran's Day,Thanksgiving Day,and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the day before Christmas Day and Christmas Day. (8) D Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day,Christmas Day,and the day after Christmas. 10 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00,Level B: $0.75,Level C: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00,Class B Suit: $1.50, Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters 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. U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit: $2.00,Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional$0.50 per hour.The premium for work suspended shall be paid for the entire shift worked.Workers who do"pioneer"work(break open a cut,build road, etc.)more than one hundred fifty(150) feet above grade elevation receive an additional$0.50 per hour. 11 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Note Codes Continued 8. 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 foot over 101 feet.Over 151'to 220'-$4.00 per foot for each foot over 220 feet. Over 221'-$5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels)where there is no vertical ascent and is measured by the distance travelled from the entrance. 25'to 300' -$1.00 per foot from entrance. 300' to 600' -$1.50 per foot beginning at 300'.Over 600' -$2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. 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. Special Shift Premium: Basic hourly rate plus$2.00 per hour. When due to conditions beyond the control of the Employer or when an owner(not acting as the contractor),a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift,then the special shift premium will be applied to the basic hourly rate.When an employee works on a special shift,they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status.(For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 12