Loading...
HomeMy WebLinkAboutCAG2020-419 - Original - Northwest Cascade, Inc. - James Street & 2nd Ave Pedestrian Crossing - 12/23/2020ApprovalOriginator:Department: Date Sent:Date Required: Authorized to Sign: o Director or Designee o Mayor Date of Council Approval: Budget Account Number: Budget? o Yes o No Grant? o Yes o No Type:Review/Signatures/RoutingDate Received by City Attorney:Comments: Date Routed to the Mayor’s Office: Date Routed to the City Clerk’s Office:Agreement InformationVendor Name:Category: Vendor Number:Sub-Category: Project Name: Project Details: Agreement Amount: Start Date: Basis for Selection of Contractor: Termination Date: Local Business? o Yes o No* *If meets requirements per KCC 3.70.100, please complete “Vendor Purchase-Local Exceptions” form on Cityspace. Notice required prior to disclosure? o Yes o No Contract Number: Agreement Routing Form For Approvals, Signatures and Records Management This form combines & replaces the Request for Mayor’s Signature and Contract Cover Sheet forms. (Print on pink or cherry colored paper) Visit Documents.KentWA.gov to obtain copies of all agreementsadccW22373_1_20 December 18, 2020 DATE: December 8, 2020 TO: Kent City Council SUBJECT: James Street and Second Avenue Pedestrian Crossing Bid - Award MOTION: Award the James Street and Second Avenue Pedestrian Crossing Project to Northwest Cascade, Inc. in the amount of $207,296 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 includes the installation of a Rectangular Rapid Flashing Beacon (RRFB), high visibility crosswalk and ADA ramps on West James Street at Second Avenue North. This crossing will improve access to the Kent Station by reducing the distance between the existing crossings from 0.3 miles to 0.16 miles. This project is funded for design and construction by Sound Transit through its System Access Fund. The bid opening was held on November 17, 2020 with seven bids received. The lowest responsible and responsive bid was submitted by Northwest Cascade, Inc. in the amount of $207,296. Bid Tab Summary 01. Northwest Cascade, Inc. $207,296.00 02. Road Construction Northwest, Inc. $210,309.50 03. NPM Construction Co. $211,000.65 04. Diversified Holdings NW $211,173.00 05. Westwater Construction Company $219,355.00 06. Reed Trucking & Excavating, Inc. $222,615.00 07. Transportation Systems, Inc. $248,495.00 Engineer's Estimate $223,765.00 BUDGET IMPACT: This will be paid for with a $273,683 grant from Sound Transit. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. ATTACHMENTS: 1. James & 2nd Pedestrian Crossing Bid Tab (PDF) CONFORMED TO ADDENDUM 1 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR James Street and 2nd Avenue Pedestrian Crossing Project Number: 20-3002 BIDS ACCEPTED UNTIL November 17, 2020 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. INTERIM PUBLIC WORKS DIRECTOR 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 Traffic Control Plans Section 8 Project Sign Section 9 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR James Street and 2nd Avenue Pedestrian Crossing Project N umber: 2O-3OO2 BIDS ACCEPTED UNTIL November t7, 2O2O 11:OO A.M. BID OPENING IMMEDIATELY FOLLOWING crrYorffi?rY HALL 22O 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. INTERIM PUBLIC WORKS DIRECTOR KENT 54902 WASHTNGToN BTDDER'S NAM sl scúd!]nc CITY OF KENT KING COUNTY, WASHXNGTON KENT SPECIAL PROVISIONS FOR James Street and 2nd Avenue Pedestrian Crossing Project Number = 2O-3OO2 BIDS ACCEPTED UNTIL November L7 | 2O2O 11:OO A.M. BID OPENING IMMEDIATELY FOLLOWING crrY orffiiry HALL 22O 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. INTERIM PUBLIC WORKS DIRECTOR KENT We s n l N c r o N Provided to Buifders Exchange of wA, rnc. For usage Conditions Aqreement see www.bxwa.com - Ali^rays verify ScaI 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 Subcontractor List (over $1 million) – HVAC, Plumbing, and Electrical Subcontractor List (over $1 million) – Structural Steel Installation Rebar Installation 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 Traffic Control Plans Project Sign Prevailing Wage Rates TNVITATION TO BID !.ot¡99 is_hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through November L7, 2A2O up to 11:OO a.m. as shown on the clock on the eastwall of the City Clerk's Office on the first floor of City Halt, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this"Invitation toBid." 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 immediately following 11:OO a.m. for the City of Kent project named as follows: Iames Street and 2nd Avenue pedestrian Crossing Project Numberl 2O-3OO2 The Gity of Kent will conduct the bid opening at the time and date as scheduled,however, due to the coronavirus disease 2019 (COvID-rg) and its impacts tne b¡aopening process will take place as follows: Bidders shall call the City Clerk at (253) 856-5725 to drop off bids. The City Cterk wiltread the bids out loud from the Clerkt office. Individuals can stand in the íobbyoutside the Glerk's office during the bid opening to hear the bid results, but muststand 6 feet or more äpart. The project consists of the construction of a median center island and instatlatíon of three rapid flashing beacons (RFB) to create a pedestrian crossing on E. James St. at the intersection of 2nd Ave N. This project also includes construction of 3 coñcrete curb ramps, 3 ApS pushbuttons, abicycle ramp, installation of L2o feet of 2"conduitto provide powerto ihe RFB, a 2,,grind and overlay of approximately 2,300 sq ft. The Gity of Kent has determined the project is essential pursuant to the GovernorInslee issued Proclamation 2O-25. Should a contract be executed and thisProclamation or a sÍmilar proclamation be in place. specialized plans and protocols must be established and implemented to meet the social distancing and sänibtionmeäsures set foruh by the United States Department of Labor or the Washington StateDepartment of Health. It is the contractort responsibility to implement theslmeasures. The Engineer's estimated range for this project is approximately g190,000-g250,000. B¡d documents may be obtained by contacting City of Kent Engineering Department. Nancy Yoshitake at 253-856-5508. For technical questions, pleasè call Drew Éobomb at 253-'856-Ss61 Bids must be clearly marked "B¡d" 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 ín the office of the City EngÍneer, City of Kent, Washington. Plans andspecifications can also be downloaded at no charge at KentwA.oov/doing- businqss/blds-nrocurement. Copies of the WSDOT StanAarA SþeciFiãations are availabte forperusal only. Apprentice Utilization Requirements are mandatory for all public works estimated to cost one million dollars or more, in which case no less than 15olo of the labor hours must be performed by apprentices. KCC 6.01.030. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal A cashier's check, cash or surety bond in the amount of 5olo 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. Note: The award of the contract will not occur until the City of Kent has rev¡ewed aIl b¡ds for responsiveness and responsibility determinations and the Kent City Council has formally awarded the contract. 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 pefformed work subject to the President's Executíve order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this Znd day of November, 2AZO. BY ft Kímberley A.oto, City Clerk Published in Daily Journal of commerce on November 3 and lo, 2020 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CONTRACTOR COM PLIANCE STATEM ENT (President's Executive Order # 1t246) ll lt This statement relates to a proposed contract with the City of Kent named James Street and 2nd Avenue Pedestrian Crossing Project Number: 20-3002 D I am the undersigned bidder or prospective contractor. I represent that - 1.Y have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #tt246 (regarding equal employment opportunity) or a preceding similar Executive Order. l,'l¿wrnürsr Cus(AC,!,lrtL NAME OF BIDDER BY GN ATUR ,hlvyts- V,P DPCo, stnrud¡-o-, 177 q8ıl ADDRE S (Note to Bidders: The information required in this Compliance Statement is informational only) James & 2nd Pedestrian crossing/Holcomb I November z, zoza ProJect Number; 2A-30O2 Provided to BuiÌders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa,com - Alrdays Verify scãl -II_ tt DECLARATION CITY OF KENT EQUAL EMpLOyMENT OPPORTUNITY pOtICy The City of Kent is committed to conform to Federal and State laws regarding equal oppoftunity.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 supplierwillfully 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 disa bility. 3. During the time of this contract, the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By For:ç í"{1 Title:\/"P, D+ C¿r'ntv wú6-,4 Date:I James & 2nd Pedestrian Crossing/Hofcomb 2 November Z,2O2O Project Number: 20-3002 Provided to BuiÌders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 7.2 EFFECTIVE DATE: January 1, 1998 SUBJECT:MINORITY AND WOMEN CONTRACTORS SUPERSEDES: April 1, 1996 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 oppoftunity 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 ortermination 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 depa rtments. 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. James & 2nd Pedestr¡an crossing/Holcomb 3 November z, 2a2o ProJect Number: 2O-30O2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Afways verify ScaÌ CITY OF KENT EQUAL EM PLOYM ENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPTETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of |,us Company, hereby acknowledge and declare that the before- mentioned company was the prime contractor for the contract known as James Street and 2'd Avenue Pedestrian C Project Number: 2O-3OO2 that was L entered into on the the City of Kent. l1 between the firm I represent and 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: V P. D+ &Mbtìn/ú1Æ,/)Title: Date:I James & 2nd Pedestrian Crossing/Hofcomb 4 November Z, 2O2O Project Number: 20-3002 Provided to Buifders Exchange of tr4l4, lnc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PROPOSAL To the City Clerk City Hall Kent, Washington 98032 ttl ov'l¿nkl¿s+ Caswfu ,Ln tThe undersigned hereby certifies that has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named James Street and 2nd Avenue Pedestrian CrossinglProject Number: 2O-30O2 for the City of Kent, Washington, and has read and thoroughly understands the plans and specificatíons 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) Al¡ 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 NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. QUANTITY ITEM 1006 2-03.5 WSDOT 100 CU YDS Roadway Excavation, Including Haul $14.00 Per CY $1,400.00 Any bids not filled out properly may be considered non-responsive. James & 2nd Pedestrian Crossing/Holcomb 5 Project Number: 2A-3OOZ Provided to Buifders Exchange of WA, Inc November 2,2O2O For usage Conditions Agreement see www.bxwa.com - Alhrays Verify Scal SCHEDULE I - STREET ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. QUANTITY ITEM 1000 L-09.7 WSDOT 1 LUMP SUM Mobilization iAl,\n'DD $ A1,7OD.DD Per LS 1010 2-02.5 KSP 70 SQ YDS Remove Existing Asphalt Concrete Pavement $ AD,DD $ l, L{DD'DÞ Per SY 1020 2-02.5 KSP 9e 100 SQ YDS Remove Cement Concrete Sidewalk $ l?.qD $ [,7rÐ.DO Per SY 1025 2-02.s KSP 90 LN FT Remove Cement Concrete Curb and Gutter I r DD $ QDD,oo$ Pe 0. LF 1030 2-02.5 KSP 2€e 190 LN FT Remove Traffic Curb $ lO,0O $ lrqæ.DO Per LF 1045 8-21.5 KSP I LUMP SUM Removal of rraffic Sisns i6tND.ÞE 6Þ.DD Per LS 1050 2-02.5 KSP 250 LN FT Saw Cut Existing Asphalt Concrete Pavement ç 4,Q) $ l, l)€,oD PCT LF 1060 2-03.5 KSP 10 CU YDS Roadway Excavation Incl. Haul çlıÖd) $ /,3ÐOÞ Per CY 1080 4-04.5 KSP 50 TONS Crushed Surfacing Top Course, 5/8 Inch Minus $6D.(Þ $J,Ð,DO Per TON l$6 .00 Min) 1 100 5-04.5 KSP 55 TONS HMA Cfass L/2", PG 58V-22 $e1o,A) $ l¿¿, fÐ,CX) Per TON James & 2nd Pedestrian Crossing/Holcomb Project Number: 20-3002 6 November L2, 2020 SCHEDULE I - STREET ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. QUANTITY ITEM 1 101 5-04.5 KSP 250 SQ YDS Planing Bituminous Pavement, 2 Inch Thick $4D,00 $lo, ôÐ.DD Per SY 1 105 8-14.5 KSP 2 Cement Concrete Sidewalk Ramp Type Parallel A sfl,ÐDDD$ 7ôÐ.0ô EACH Per EA 1110 8-14.5 KSP 1 EACH Cement Concrete Sidewalk Ramp Type Combination $Aft\D'D + åFoD'o¿> Per EA 1115 8-14.5 KSP 1 Cement Concrete Bicycle Ramp $â,1Ðû)ç Ð,1DDÐO Per EAEACH tL20 8-14.5 KSP 3 SQ YDS Stamped Cement Concrete Sidewalk $ ıq).OO $ l, I 1(n.DO Per SY 1745 8-14.5 KSP s40 SQ YDS Cement Concrete Sidewalk e f P?.DO $ 4, )SD,DD Per SY 7205 8-04.5 KSP 60 LN FT Cement Concrete Curb and Gutter $ ã;.O $ 3, JID,DÒ Per LF L210 8-04.5 KSP 2€e 190 LN FT Cement Concrete Extruded Curb, Type 6 $ 8,6D $ l, [-¿f A.OD Per LF 72Lt 8-04.5 KSP æ 150 LN FT Pedestrian Curb $53.5D $ 8, ÒàG,ÒÒ Per LF 72L2 7-05.5 KSP 1 Replace Existing Manhole Frame and Cover to Finished Grade # IJAODD$ lr l)6,DD EACH Per EA James & znd Pedestrian Crossing/Holcomb Project Number: 20-3002 7 November 12,2020 SCHEDULE I - STREET ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. QUANTITY ITEM t2L5 8-14.5 KSP 50 sQ Fr Detectable warníng Surface $84 DO $4/DDd) Per SF 1250 8-28.5 KSP 10 EACH Pothole Utilities $78ÇDD i 1¿Ð,DD PeT EA r320 8-30.s KSP 1 project sign rnsrailarion $5Ð,çp $ ÐD.Do Per EAEACH lD),)Õb,oDSchedule I Total James & 2nd Pedestrian Crossing/Holcomb Project Number: 20-3002 I November L2,2O2O SCHEDULE V - TRAFFIC CONTROL ITEM SECTION NO. NO. APPROX. OUANTITY ITEM UNIT PRICE TOTAL AMOUNT s005 1-10.5 KSP 200 HOURS Traffic Control Labor $¿/y,DO $ l1,bÐ,A) Per HR 5010 200 SQ FT 1-10.s(2) WSDOT Construction Signs Class A $2L,D() $ 6, 3DO.DD Per SF 5015 1-10.5 KSP 70 HOURS Traffic controt supervisor g |tr,A) $5,4{rD,DÒ Per HR 5020 1-10.5 KSP 1 LUMP SUM Tem pora ry Traffic Control Devices $1,Ãú,DO$ l,ØD,ÒÒ Per LS 5030 1-10.5 KSP 60 DAYS Portable Changeable Message Sisn (PCMS) $ IU,AJ $StttllooD Per DAY s031 1-10.5 KSP 40 DAYS Sequential Arrow Sign (SAS)$ æ'CD $1,åÒO.DD Per DAY 5050 8-22.5 KSP 1 LUMP SUM Permanent Channelization fr'\Ð.m $ 9,ÒDO.DD Per LS s130 8-04,5 KSP 750 LN FT Painting Traffic Curb $ e.>D PeT LF $ lr bÐ.bD 5 135 8-21.5 KSP 1 LUMP SUM Permanent Signing $næ.cDç 2,çOO,Ð Per LS Schedule V Total $4o,75D oÒ James & 2nd Pedestrian Crossing/Holcomb Project Number: 20-3002 9 November L2,2020 SCHEDULE VI - ELECTRICAL ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM 6000 8-20.s KSP 3 EACH Median Rectangular Rapid Flash Beacon $10t7Ø.0a $ 32/Ð,b Per EA 6040 8-20,5 KSP 1 Pedestrian Pushbutton Metal Post $3t/04Ø$ S,/m,A) EACH Per EA 6045 8-20.5 KSP 1 LUMP SUM Electrical Wiring and Connections ç(æ.0o$ ¿L,W.ÒD Per LS 60s0 8-20.5 KSP z3 EACH Junction Box, Type 1 $qØ'00 ç A,YÐ,6Ò Per EA 6055 8-20.s KSP L20 LN FT Conduit Pipe 2 Inch Diameter Schedule 80 PVC ç 35,DÒ $ 3t qbD,OD Per LF 6060 8-20.5 KSP 65 TONS Sand for Conduit Bedding çı7,00 +Jeffi,p Per TON 6070 2-09.5 WSDOT 5 CU YDS Controlled Density Fill $ 3Ð,ÒÒ ç l,bÐþÒ Per CY James & 2nd Pedestrian Crossing/Holcomb Project Number: 20-3002 Schedule VI Total 5D,SltÇ'Òo 10 November t2,2020 SCHEDULE VII _ TEMPORARY EROSIO N AND SEDIMENTATION CONTROL ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM 701s 5 EACH 8-01.s(2) KSP Inlet Protection $LD.DD $þ,oD Per EA 7030 10 HOURS 8-01.s(2) KSP ESC Lead $ €),DÞ $ 5DD.DÔ PeT HR 704A 1-07.1s(1) WSDOT 1 LUMP SUM SPCC PIan #m),b $ åÐ.Do PeT LS 7050 8-01.5 WSDOT 5 HOURS Street Cleaning i2)D,b $ I,/DD.DD PeT HR 7055 8-01.5 WSDOT $2,000x Per FA $2,oooI FORCE ACCOUNT Erosion/Water Pol lution Control xCommon orice to all bidders Schedule VII Total $ 4,tæoÒ James & 2nd Pedestrian Crossing/Holcomb 11 November Z, 2OZO Project Number: 2A-3OO2 Provided Lo Builders Exchange of WA. Inc. For usâge Conditions Agïeement see www.bxwa.com - Ä.lh'ays Veïify Scaf SCHEDULE VIII - ROADSIDE RESTORATION ITEM NO. SECTION NO. APPROX.UNIT PRICE TOTAT AMOUNT ITEM 8025 8-02.5 KSP 1 LUMP SUM Landscape Restoration s4,lr6Ðr ¿l,b$oÕ PeT LS xCommon pr¡ce to all bidders 4,b26pDSchedule VIII Total James & 2nd Pedestrian crossing/Holcomb L2 November 2,2ozo Project Numben 20-3002 Provided to Builders Exchange of WAf Inc. For usage Condítions Agreement see wwrd.bxwa.com - Alh¡ays Verify Scal BID SUMMARY /Da,pu.Òc)Schedule I Schedule V Schedule VI Schedule VIf Schedule VIII Strcet 4€,75D.DO Trafflc Control lÒ,5LÆ'OO Electrical +, /^D,oD Temporary Eroslon &. Sedlmentatlon Control 4 bt6,oD Restoratlon 9,0'7 , Aqb"oÒTOTAT BID AMOUNT James & 2nd Pedestrlan crossing/Holcomb 13 November z, zo2a ProJect Number: 20-3002 Provided to Bui.Lders Exchange of WA, Inc. For usage Conditions AgreemenL see www.bxwa.com - Always Verify Scal SUBCONTRACTOR LIST (Contracts over 1 million dollars) HVAC, PTUMBING AND ETECTRICAL fhr+vttLvti.(nsandr, WName of Bidder: Project Name:f¡¡mac Glraal nd ?nd Àrranrra Þadaelri¡n nat Project Number:2fl-3ftfi2 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 name itself for the work, Failure of the Bidderto submit, withín one hour after the published bid submittal time, 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:lk Plumbing Su bcontractor Name t/frrttn ^r¡t+A-(róa Electrical Subcontractor Name: lnc(_ Øtffie lllt-z l¿o¿o ign reofBv.- U,P. "f G"+rr,rcfiozr er Date James & 2nd Pedestrian crosslng/Holcomb 14 November 2,2ozo Project Number: 2O-3O02 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.corn - Always Verify Scal, SUBCONTRACTOR LIST (Contracts over 1 million dollars) STR.UCTURAT STEET INSTATTATION AND REBAR INSTALTATION Name of Bidder:L Project Name:Ilrrrac Slraal a¡¡tl And Ârrarr¡ra Þadastrian Crossinrr Proj ect Number: 20-3002 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 structural steel installation and rebar installation. Failure of the Bidderto submit, within 48 hours afterthe published bid submittal time, the names of such subcontractors or to name itself to perform such work or the nam¡ng of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Structural Steel Installation Subcontractor Name: Rebar Installation Subcontractor Name: ttllr/ao>o Date James & 2nd Pedestr¡an Crosslng/Holcomb 15 November 2, 2O2O Project Number: 20-3OOz Provided to Builders Exchange of WA/ Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify ScaI Signature Q)i¿donu.,l),p, D( Ctlr'rVu¿flæ- of Bi der CoNTRACTOR'S QUALI FTCATTON STATEM ENT (RCW 39.04.35O) THE CIW WTLL REVTEW THE CONTRACTOR'S RESPOAISES TO THTS FORM TO DETERMTNE WHETHER THE BTDDTNG CANTRACTOR TS RESPON5.IBLE TO PERFORM THE CONTRACT WORK. THIS FORM TNCLUDES CRTTERTA ESTABLTSHED BY STATE LAW THAT MUST BE MET TO BE CONSTDERED A RESPONSIBLE BIDDER AND QUALTFTED TO BE AWARDED THTS PIIBLIC WORKS PROJECT AS WELL AS SUPPLEMENTAL CRTTERIA ESTABLTSHED BY THE CTTY THAT ARE APPLTCABLE TO THIS PUBLTC WORKS PROJECÍ. THE BIDDER SHOULD READ AND RESPOND TO THTS 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 pefform 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 fofth 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 orthree (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 afterthe expiration of this 24 hour appeal period. The city may deliverthis 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. James & 2nd Pedestrlan Crosslng/Holcomb 16 November Z,2O2O Project Number; 2O-30O2 Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com - Afways Verify Scal If the bidder fails to request a modification withln the time allowed, or falls 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 STGN THTS FORM AS PART OF YOUR BTD. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALS'O RESULT IN A DETERMTNATTON THAT YOUR BTD IS NON-RESPONSTVE AND THEREFORE VOID, THIS DOCUMENT HAS IMPORTANT tEGAt CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPTETION OR MODIFICATION. The undersigned ceÉifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: ADDRESS: IncW q PRINCIPAL OFFICE: ADDRESS: PHONE: FAX: fIVtøt -8q8 >guY - 31 1 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 L8.27 RCW. t.2 Provide your current state unified business identifier number. ^19'DLlQ-14a71.3 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. (,fnßr* LfWr,*\ elhrcJrlLd) L.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 James & 2nd Pedestrlan crossing/Holcomb 77 November z, zo2o ProJect Number: 2O-3O02 Provided to Buifders Exchange of V,IAI Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bídding on any public works contract under RCW 39.06.010 or 39.12.065 (3), 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civiljudgment entered by a court of limited or generaljurisdiction. 1.6 Provlde 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 training requirement. SUPPLEMENTAL CRITERIA - Established by the City to determine bidder responsibility 2. ORGANIZATION 2.I How many years$ÐoTr organization been in business as a Contractor?,þf2.2 How many years has your organization been in business under its present business name? 3A+ 2.2.1 Under what other or former names has your organizationoperated? t\r/r+ 2.9 If your organization is a corporation, answer the following: Date of incorporation:r/r B.u State of incorpo ration:wû President's nam e: fuøî, Vice- president's name(s) :E,ï,/LW3 Secretary's name: Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.3.1 2.3.2 2.3.3 2.3.4 2.3.5 2.3.6 2.4.7, 2.4.2 2.4.3 Date of organizatlon: Type of paftnership (if applicable): Name(s) of general partner(s): N/Ê NlÊ^ 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization:2.5.2 Name of owner: James & 2nd Pedestrlan Crosslng/Holcomb 18 November 2,2020 Project Number: 2O-30O2 Provided to Bui.Iders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify scal 2.6 If the form of your organization is other than those listed above, describe it and name the principals: N I fr 3 LICENSING 3.1 3.2 Project Number: 2O-3O02 Provided to Builders Exchange of WA, Inc List jurisdictions and trade categories in which your organization is legally qualified to do. business, and indicate license ¡uryþers, if applicable. WA Sdfr- aß4,wril CO.vr4r¿cfr¡ r List jurisdictions in whìch your organization's partnership or trade name is fired. lÐA, DL,AAtUT, -Ty 4. EXPERIENCE 4.L List the categories of work tha t your olan rganizatio.n normally performs wi.th its own forces 0)VI Sffiidlg), *4fi e Szr ut ?'5, ifa-fzMt4.2 Cla ims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.I Has your organization ever failed to complete any work awarded to iti ND4.2.2 Are there any judgments, claims, arbitration proceedings or suitq ,. pending or outstanding against your organization or its officers? f\rD4.2.3 Has your organization filed any law suits or requested arbitration. with regard to construction contracts within the last five yearsZ \Jþ 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) NO 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percçnt complete and scheduled completion date. (Su ætlacntd\ ,4.4.1 State total yvorth of work in progress and under contrAct:w pv4wss_lJg,à!?,gr/d' Irndtr eoÅva&bt,Selpoa4.5 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 andpercentasTry ä#å,åtT:[)o.no'med with vour own forces' 4.5.1 State average annual amount of construction work performed during the pãsr five years: t6r7 tLtS t ,ggY 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of vour oroanization.(S!-!-aff^U4¿d\ -- " t " tl4.7 on a sepaiate sheet, tist your major equipment. (*l aúarLud ) James & 2nd Pedestrian Crossing/Holcomb 19 November 2,2O2O For usage Conditions Agreement see www.bxwa.com - Always Verify Sca.l 5. REFE 5.1 5.2 5.3 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financiar srarement (nw-bdfws\ 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.9., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; , ¿(t/ 6.1.2 Current Liabilities (e.9., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.9., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 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.9., parent- subsidiary). .2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 6 James & 2nd Pedestrian crossing/Holcomb 20 November z, 2ozo Project Numben 2O-3O02 Provided to Builders Exchange of WA, Inc. For usage Conditions Agfeement see www.bxwa.con - ALways Verify Scal 7. SIGNATURE By: Title: 7.2 7.L Dated at this l-7Y 0.,of \VqNux 2020 Name of Organization: information provid be misleading. ë,//Uølls tintübrt being duly sworn, deposes and says that the herein is true and sufficiently complete so as not to I lY1or, "r lJov,llufu^n, zozo.Subscribed and sworn before me this Notary Public: My Commission Expires: James & 2nd Pedestrian Crosslng/Holcomb 2I November Z, ZOZO Project Numberi 2O-3OOZ Províded to Builders Exchange of WA, Inc, For usage Conditions Agreement see www.bxwa.com - Afways Verify Sca.I yt CHARLOTTE A BASKETT Notary Public State of Washington Commission # 154930 My Comm. Expires Aug26,2023 Dep.artnre.ut of Labor and Inilusties P0 8ox44450 Olympia, WA, 985044450 t ,-r.'¿ NORTT{W$? EASCAÞE PÐBOX 73399r|jv¿rrupvee 9S373039S t ¡ CASCADE INC 48BG g t' I ;,i 4l 11113t2020 NORTHWEST CASCADE INC Local offices are closed to the public. Please call your nearest L&l office for local assístance (http5xi{¡þa.sov/asencylsertacv#orrrce-toçdþrs) between 8-5 Pacifìc Time weekdays, or dial 360-902-5800 .4. *,n'*nr-"0**,"\.¡f LaUór a tndlsrries_(hüps://ln¡.wa.gov) NORTHWEST CASCADE INC 9wn9-.I-o-f -!rg9-9s-Ptn-o-n- Principals LILIEOUIST, CARL ANDERS, PRESIDENT POTTS, GREGORY ALLEN, TREASURER HEWES, CAMERON MOSES, DIRECTOR mariani, gary e, DIRECTOR Gorski, Donald Joseph, DIRECTOR Jones, Harvey Norton, DIRECTOR WINGARD, WILLIAM B JR, SECRETARY (End: 09/16/2013) Diklich, John Martin, PRESIDENT (End:0912112015) BARGER, STEPHEN Richard, VICE PRESIDENT (End:0912112015) PERRY MARK Roge¡ SECRETARY (End: 1012712015) Doing business as NORTHWEST CASCADE INC WA UBI No. 278 045 149 PO BOX 73399 PUYALLUP, WA 98373.0399 253-848-2371 PIERCE County Business type Corporation Governing persons MARK R PERRY J R INMAN; RON INMAN; CARL LILIEQUIST CLINT MYERS; GREG POTTS; License Verifu the contractor's active registration / license / cerlif¡cation (depending on hade) and any past violations. 99î-sl-Ig9li9n.ç9l!I-q-c-t9t Active Meots current ¡êquirements. License specialties GENERAL License no. NORTHCIl4SBG Effective - expiration 01 t07 t1986- 10t02t2021 Bond Fidelity & Deposit Co of MD Bond account no. 09090648 $12,000.00 Received by L&l 09t17t2012 Effective date 10t01t2012 Expiration date https://secure.lni.wa.gov/veriñ7/Detail.aspx?UBl=278049149&LlC=NORTHCI148BG&SAW=1t3 3t2020 I 1t1 NORTHWEST CASCADE INC Until Canceled $l,000,000.00 Effective date 10t01t2018 Expiration date 't0t01t2021 lnsrnng-e- Zurlch American lns Co Pol¡cy no. GLA-0136424-04 Received by L&f 09/3012020 lnsurance history 9eviru-s- No savings accounts during the prev¡ous 6 year period. -ky--qHite. isrirsf. f h-e .Þen-q.9t -s-?yin.s-s-No lawsuits against the bond oi sãùlngs accounts dur¡ng the previous 6 year period. L&l Tax debts Nö Ë&ÏtäÏ <iöbts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations Nö iÏööñöö"üiöiätTöns during the prev¡ous 6 year period. Gertifications & Endorsements OMWBE Certifications ñö äöiiüë öörüfiöätTöñË ëxist for this business. 4PP19n-!i-çs.r-f qlni¡sAs-en! Registered training agent. Check their eligible programs and occupations. Workers'Comp Do you know if the business has employêes? lf so, verify the business is up-to-date on workers'comp premiums L&l Account lD Account is current. ?-q-5,qfl-4-q Doing business as NORTHWEST CASCADE INC Estimated workers reported Quarter 3 of Year 2020 "Greater than 100 Workers" L&l account contact T2 / CRYSTAL RALKEY (360)9024635 - Email: KEGRí135@lni.wa.gov Public Works Requirements Veri¡/ the contractor is eligible to perform work on public works projects. Required Training- Effective July l. 2019 Exempt from this requirement. Contractor Strikes Ñö Ëtiikös"liäüd'Ëäen issued against this contractor. Contractors not allowed to bid ñö-äööä;äiöätö liàïä öèöñ iCaüed asainst th¡s contractor. Workplace Safety & Health Check for any past safety and health violations found on jobsites this business was responsible for, lnspection results date Ogt2At2OZO No violations lnspect¡on no. 3r 7960291 Location 8401 Canyon Rd E Puyallup, WA 98371 lnspection results date 04t17t2019 lnspection no. No violations https://secure.lni.wa.gov/verifu/Detail.aspx?UBl=278049149&LlC=NORTHCIl48BG&SAW=2t3 11113t2020 NORTHWEST CASCADE INC 317953878 Location 3280 SWAvalon Way Soaftlè, WA 98126 lnspection results date 10124t2017 lnspection no. 317946477 Location 12111 104th Ave E Puyallup, WA 98372 No violations lnspection results date 1210212016 lnspection no. 317942954 Locat¡on lOth Ave S Tacoma, WA 98444 No v¡olâtiÕns lnspection results date 11t15t2016 lnspection no. 317942177 Location 230 Gounty Line Road Paclf¡c, VVA 98047 No violations lnspection results date 11t15t2016 lnspection no. 317942365 Locat¡on 10412 John Bananola Way E Puyallup, WA 98374 No violations lnspection results date 0211212016 lnspection no. 317938663 Location 23502 Rlm Road Graham, WA 98338 Violations lnspection results date 03/09/2015 lnspection no. 317935282 Location N. 38th St and N. Tyler St Tacoma, WA 98407 No violations https://secure.lni.wa.gov/veriñ7/Detail.aspx?UBl=278049149&LlC=NORTHCI148BG&SAW=3/3 ó OETACH BEFORE POSTING BUSINESS LICENSE s'IÂTE OF WASHINGT.ON Profit Corporation This doculnent lisls the regirlralions, endorsemenls, *nd licen¡es authorieed for the bu¡i¡e¡s named above. By acceptinglhis document;lhe licen¡ee cerlifiertftc införm¡tipn on the applicatipn war cotnplelo, true; arrd .accurqte to lh€ bert of l¡i¿ or her knowledga, end that busind¡ç wltl be conducted in cornplianee wilh all applicable'Washin$on rlitè, coririty, änd city rcgulationc. NORTHWEST CASCADE, INC. 10412 JOHN BANANOLA WAY E PUYALLUP, WA 98374.9333 TAX REGISTRATION . ACTIVE CITY ENDORSEMENTS: MOUNT VERNON GENERAL BUSINESS . NON.RESIDENT - ACTIVE PUYALLUP GENERAL BUs¡NESS . NON.RESIDENT #1006 . ACTIVE LAKEWOOD GENERAL BUSINESS . NON.RESIDENT #BLO2.OOO51 - ACTIVE BAINBRIDGE ISLAND GENERAL BUSINESS . NON-RESIDENT #42088 . ACTIVE CHEHALIS GENERAL BUSINESS - NON.RESIDENT #14.5166 - ACTIVE KIRKLAND GENERAL BUSINESS . NON.RËSIDENT #OBL2O357 . ACTIVE DARRINGTON GENERAL BUSINESS . NON.RESTDENT #19.014. ACTIVE NORTH BEND GENERAL BUSINESS. NON.RESIDENT #OOf 333.0 . ACTIVE ORTING GENERAL BUSINESS - NON.RESIDENT #18'174. ACTIVE BLACK DIAMOND GENERAL BUSINESS. NON-RESIDENT#BUS2OOS-0251 . ACTIVE TUKWLA GENERAL BUSINESS . NON-RESIDENT . ACT]VE EDMONDS GENERAL BUSINESS - NON.RESIDENT #NR.026267 - ACTIVE MOSES LAKE GENERAL BUSINESS - NON.RESIDENT #BUS2O14.1OO32 . ACTIVE SEATAC GENERAL BUSINESS. NON.RESIDENT (EXPIRES 3I31I2O2OI " ACTIVE TENINO GENERAL BUSINESS - NON.RESIDENT. ACTIVË FEDERAL WAY GENERAL BUSINESS . NON.RESIDENT #99.1O6O9O.OO.BL . ACTIVE a' Issue Date: Oct 25, 2019 Unffied Business lD #:278049149 Business lD #: 001 Location: 0001 Expires: Nov 30,2020 {' Dliecl nr, Departmenl of icvcnue { l.Ll , 1.5, l"l,r G- ApttlZE,zAzO City ofKent 220 4ûAvenue s. Kent WA9B032-S895 Re: Project No: l9-l0lZ,lg_3024,& pI(20_02 Item: 1.4, l.S, 1.6 I' Gr'eg Potts, plesiderygf Northwest c-ascade,_Inc., do hereby statc that Northwestcascads Inc. is *lgd t"* "Ju"* ¿irqurl¡ittJ. üi¿irg on any puhlic worksconrracrs under Rcw 39-06.010 0r ¡g.rz.0ä5 (Ð iträ"îåir yeûs. Northwest cascadc' Inc., has not bem a viol*or as defined ín lcw 4g.4g.0s2 of anyprovisions ofchapters 4g-ß,+g-as *1g.52 RCW, inthepast 3 years. F'rthe, o¡e, Norrüw1st cascade, Inc. has been in business for over 50 years, hascompleted hr¡ndreds of public *lf" n .pt, p"rt lrl"g _rö prrovisions of chanters:åffiå* 3s' t z nc ú *Ji' iíìir *Å;iffiñüî"b,, and rndusrry Pertaining to such haining and compliæce. Respec6rlly Submiü€{ Presideirt cP/jp /# 4, L{Projects completedDate$784,413Title/Contract No.of Kent$0Prime orSubcontractorContracting Agency and Ma¡l¡ng Address, Name, Fax and phone ofOwnerof TacomaSo. 35th St. Tacoma, WA253-502-8468 F 253-502-8372zvuu Nh 1öuth 51. FlzU, Eotneil, wAJenkins Chen 206683-3888Ridge LLCSager Family HomesP.O. box 44428, Tacoma, WA253-370-7185BiilRSW Real Estate206-383-2505I Main Street #109, Kirkland, WA7 ManchesterAve, St. Louis, MOHRD ConstructionTurck 314-781-800002 W Catalado #100, Spokane, WAlnland GroupTJ Baslen 509-321-3227Absher Construct¡on1101 Shaw Road E, Puyaltup, WA253445-9544Rob1101 Shaw Road E. Puyallup, WADevin Becker 253-845-9544ConstructionBox44428, Tacoma, WAFamily Homes253-370-7185253-798-7497So. Pine St. Tacoma, WACounty Public WorksCity of Lakewood6000 Main Street, Lakewood, WAPokswinski 253-983-7729of TacomaOesterich 253-59+7871So. 35th St. Tacoma, WAof TacomaOesterich 253-59+7871So. 35th St. Tacoma, WACity of Lakewood6000 Main Street, Lakewood, WAPokswinski 253-98T7 7 29City of Tacoma3628 So. 35th St. Tacoma, WALisa Oesterich 253-59 4-7 87 1Wastewater/Sewer Repl/ Fawcett SewerProvidence RidgeCunan EstatesClear CreekCottesmore E. Phase 1Copper Valley AptsWesley HomesBay Tenace Phase llGonyea DevelopmentWaller Road E/l28th St E.Union Ave/ SW Frontage lmp2017 B Wastewater Sewer ReplacementEast 40th St. / Green lnfrastructure2017 Stormwater p¡pe RepairWastewater Sewer Main Snake Lake &ïyler StreetPSPPssSsPPPPPP04t01t01704101t2017t1t20't7311t20',t781112017o4lo1to18711120185111201705101201710129120189129120174t22t20186113120189129120171111512017$1,013,743$639,594$632,583$430,000$3,400,000$2,499,210$835,145$919,745$r,514,097$132,683$956,934$4,160,912$321,513$427,696$207,9124t22t2018PAve No. Drainage lmprovementsAve so. Kent, WA Ph¡l McOonnel -253856-55426810281h Ave LLCP.O.Box 1135, Tacoma, WAC¡ty of Tacoma3628 So. 35th St. Tacoma, WALisa Oestreich 253-594-7 87 1City of Tacoma3628 So. 35th St Tacoma, WANeal Sartain 253-208-37 39City of Tacoma3628 so.3sth St. Tacoma, WALanv Rvbachak 253-448-7 1 ß10903 Gravely Lake Drive SW, Lakewood, WAPark School DistrictCity of Tacoma3628 So. 35th St, Tacoma, WAPhil Rinqrose 253-591 -224Kitsap Dept. of Public Works614 Division St. Port Orchard, WA360-337-,1867City of Tacoma3628 So. 35th St. Tacoma, WAJeff Yoter 253-502-8253Valley View Sewer District34605 1Æth St Seattle, WAJohn Hendron -206-242-3236City of Lakewood6000 Main Street SW Lakewood, WAEric Swanstrom -253-589-2489City of CentraliaI 100 No. Tower St, Centralia, WAPattv Paqe 360-330-7510City of Burien400 SW l52nd St. Burien WAHeunq Kook 206-248-551 6City of Tacoma3825 So. 35th St. Tacoma, WATacoma. WAMerit Construction3020 So. 96th St. Lakewood, WAJeff Mav 253-588-9100City of Kent220 4th Ave So. Kent, WAPhil McConnel -253-856-5542City of Tacoma3628 So. 35th St, Tacoma, WALisa Oestreich 253-594-7 87 1Kitsap County614 Division Street, Port Orchard, wACassie Kendall 360-337-4838Watermain Repl. No. watermaìn ReplacementProject- RosemontWastewater Sewer ReplacementChandler and Center StreetStreet lnitiative package #12City\ ride GuardrailYakima StreetscapesParking Lot lmp.Lockbum Lake LouiseWatermain Repl. No. Grant & SpragueCamey Lake Rd SW Widening & RealignmentValley View Tukwila Loop SewerGravelly Lake Drive Non Motorized TrailBorst Ave Sanitary Sewer Replacement8th Ave SW/ SW 151St Dra¡nage lmprovementsRSD Development Warehouse640 Pressure Zone PRV ZoneWatermain Replacement ProjectBethel Burley Road SE/ SE Bethel Burley RDPPPPPPPPPPPPPPPP3t20t20194t11t2019318120'19912',1120199t18t2018fit20205t14t201911tzto1811t1t20189t21120181',U4t20195t30t20186t27120181214120181t2t20196t7t2018$258,303$679,679$1,453,842$227,722$306,676$'l,751,755$1,323,946$426,942$1,031,309w2,321$3,945,761$2,466,825$852,846$739,070$1,459,743$699,722$1 ,015,7792t14t2020PFife MultiFamily Trevor253475-4363City of Puyallup333 So Main Street, Puyallup, WARvan Rutkoskv 2 53-842-547 3City of Yelm901 Proton Road SE, Yelm, WAPatrick Hughes 360-458-8499King County Housing600 Andover Pkway, Seattle, WAStephan Norman 206-57+1 100Puyallup School D¡strict323 12lh St NW, Puyallup, WATom Shields 253-720-821 5City of Lakewood6000 Main Street, Lakewood, WAïroy Potswinkski 253-983-7729Puyallup School District323 12lh St NW, Puyallup, WAïom Schields 25 3-7 20 -821 5Lakehaven Water District31627 lst Ave So., Federal Way, WA253-946-5415Pierce County Public Works930 Tacoma Ave So. Tacoma, WABrian Stacv 25$7 98-7 25OPort of TacomaP.O. Box'1837, Tacoma, WALarua Emerson 23-383-9458Thurston County9605 Tilley Road, Olympia, WASteve Bricker 360-867-2300City of Lakewood6000 Main Street, Lakewood, WAÐ'Andra Buchanon 253-589-24tì9Absher Construction1001 Shaw Road, Puyallup, WAGreo Woiecki 206-235-951City of Federal Way33325 8th Ave So. Federal Way, WASarah Hame 253€35-7000C¡ty of Tacoma3628 So. 35th St. Tacoma, WAAlex Clark 253-208-37 39Lakewood Water District11900 Gravely Lake Dr. SW Lakewood, WAJames Morgan 253-929-1 1 13City of Centralia1100 N. TowerAve, Central¡a, WAPatty Page, 360-330-7512City of Salem555 Liberty Rd SE Rm. 330, Salem ORMark Stevenson 503-763-3455WSU LID Frontage lmprovementsFt. Stevens Elementary Pedestrial lmpr,4th Ave SW lmprovementsEdgemont JR HS Sanitary SewerColonial PlazaRidgecrest Elementary School2019 1st Ave So. Watermain Crossingl4th Ave Northwest TrailEast Sitcum Terminal StormvaultOlympic View Safe RoutesN. Thorne Lane San¡tary/ Road lmprovementsUW Oak Hall & Denny Field1st Ave So. & So. 305th Storm Pipe Replace.Watermain ReplacemenU Curran Rd.Nyanza Reservoir & Booster Pump2019 Sidewalk Access Ramp ReplacementCity of Salem Digester CleaningPPPPPPPPPPPPPPPPP1112112019'12h5t2015101't0t20198128t2015916120199t23t20197t1'U20197131120193t12t202010117t201910t25t201911t0t2019101151201991261201912119t20191113120206t19t2020$1,363,552$455,394$2,079,628$1,154,519$1,789,376$281,182$890,91 3$220,421$204,090$621,621$1,159,407$298,220$125,395$314,750$834,705$r25,998$1,69r,316 $66,725812812018Hylebos CreekPof Federal Way8th Ave So. Federal Way, WA253435-275'lllake Haven Sewer DistrictlP.o. sox ¿z+g, Federal Way, WAI Jonn e.rton 25Tg27 -2922Lakehaven Digester Cleaninglwn oept. of Enterprise ServiceslP.O. aox ¿t¿tl, Olympia, WAI a¡cnara Worthv 360-407-7932DES Waste Pump¡ng ContractlKing County Metro / Skagit Transportationlsoo ¿tn nu", seattle, wAlDaniel Buffev 36 0-661-7204West Point Digester Sludge HaullNewland CommunitiesI1505 S. 336th St Ste 2130, Federal Way, WAlTim Uren 253-2054705Tehaleh PumpingPPPP12t3012019916120179t6120178t1t2018$683,104$'5Ms840,245$1,022,014 u,5 Northwest Cascade is submitting the following references. With over 50 years' experience in Civil construction, below is a list of only partialprojects similar to the scope of work for the Sidewalk Repairs project, that includes City, County and Utility Provider projects. List of References Customer:Pierce County Public Works 615 So.9ü Street Ste 100 Tacoma, WA 98405 Tina Basil 253-798-728s Projects: Pierce County Open Services Sanitation and related Sewer Services 2074-2016 Pierce County Open Services Sanitation and related Sewer Services 20lL-2013 B Street Interceptor Project Waller road/ 128ú St e. Intersection Contact: Phone No. Contact: Phone No. $ 300,000.00 $ 300,000.00 $ 4,942,938.32 $ 1,514,109.75 Northwest Cascadeo Inc. has held the Pierce County Open Services Repair Contract for over 25 years Customer:City of Tacoma 3628 So. 35ú Street Tacoma, V/A 98409 RyanFlynn 253-396-3trt Lisa Oestreich 253-594-7871 Projects: LID 8653 & LID 8655-2 Wastewater Sewer & Side Sewer Spot Repair No. 37ú & Tyler Watermain replacement Downtown Storm Sewer Project Watermain Replacement Proj ect 2013 A Wastewater Surface Water/lVatermain Pacific Ave Safety & Mobility Imp. Phase 2 Local Improvement LID 8659 So Tacoma Way Emergency Repair Fife Heights watermain Replacement So. Crystal Springs Vy'atermain Replacement Vista Place Waterrmain Replacement Gove Street Emergency Watermain Repair Sprague Pervious Parking Wastewater Pipe Replacement Project Spot Repair UWT So. 17th St & Jefferson Ave East t Street Wastewater Emergency 2015A wastewater & surface Water Replacement 20178 wastewater Sewer replacement East 40ú St Green Infrastructure Snakelake Wastewater Wastewater Sewer/ Fawcett Avenue $ 466,284.00 $ 326,800.00 $ 1,422,312.00 $ 765,708.00 $ 163,031.90 s 1,469,736.25 $ 630,165.38 s 1,253,849.24 $ 13,219.50 $ 215,062.50 $ 303,557.00 $ 495,483.00 $ 174,541.98 $ 1,206,159.36 s 712,281.00 $ 1,637,036.90 s 32,215.29 $ 1,555,803.26 $ 956,934.00 g 4,160,912.65 s 427,696.66 81,013,742.50 List of References - Cont- Page2 Custorner:City of Lakewood 6000 Main Street Lakewood, WA Projects: 2015-2016 Woodbrook Sewer Extention Project Zircon Drive Emergency Repair 2017 Stormwater Pipe Repair Union Avenue SW Frontage Improvements Gravelly Lake Dr. Non-Motorized Trail Improvements Customer:Lakehaven Utility District P.O.Box4249 Federal Way, WA 98063 Contact: Phone No. Contact: PhoneNo. Contact: PhoneNo. Troy Potswinski 253- 983-7795 WesHill 2s3-946-s419 Gene Yoder 253-26r-1741 s 1,262,203.00 $ 130,786.51 $ 321,513.00 $ 132,683.00 $2,466,825.00 $ 450,000.00 s 277,973.96 s 2,034,119.41$ 301,756.64 Projects: 20ll-2013 On-Call emergency Field Services So. 356ú Street Customer:City of Lacey 420 College Street SE Lacey, WA 98503 Justin Knox 360-491-5600 Projects Skokomi sh/Tan gl ewi lde Fast Waterl ine and Sewer ULID 23 Martin V/ay & College Street List of References - Cont- Page 3 Customer:Kitsap County PUI) 614 Division Street Port Orchard, WA Projects: Manchester Stormwater Refofit & Traffic Improvements Bethel Burley Road SE & SE Burley Olalla Road Customer:City of Bonney Lake 19306 Bonney Lake Blvd. BonneyLake, WA Contact: Phone No. Contact: Phone No Contact: Phone No. Contact: Phone No. Contact: Phone No. Jonathan Brand 360-337-3777 Doug Budzlmski 253-447-4342 Scott Seviers 360-352-94s6 City of Des Moines 21650 l lth Ave So. Des Moines, WA 98198 Tommy Owen 206-870-6870 $ 2,298,995.90 $ 442,321.00 Projects: Locust Avenue Extension Watermain Replacement Customer:Town ofBucoda 110 N. Main Street Bucoda, WA 98530 $ 110,223.92 $ 191,846.20 $ 433,398.50 Projects: Bucoda Iævee Improvements Project Customer: Projects: Des Moines Memorial Drive Pipeline/Culvert Rep. Customer:City of Tumwater 555 Israel Road SW Tumwater, W498501 JohnNorman 360-7s4-s855 Projects: Somerset Hill & Cleveland Ave Outfalls $ 636,394.86 List of References - Cont- Page 4 Customer:City of Kent 220 4h Ave So. Kent, WA 98032 Projects: Woodford Ave. No. Drainage Improvements 640 Pressure Zone PRV Zone Customer:City of tr'ederal Way 33324 ïth Ave So. Federal Way, WA Contact: Phone No. Contact: Phone No. Contact: Phone No TimotþLaPorte 253-856-5500 Fei Tang 253-835-2526 Seth Wiclstrom 253-931-30s3 s 207,912.65$ 1,499,795.00 193,250.00 19,060.00 I 2,740,327.00 Projects: Marine Hills Stormwater Conveyance System Storm Drain Repair at 33'd Ave SW and SW 304th SL Customer:City of Auburn 25 West Main Street Auburn, WA 98001 $ $ Projects: Auburn way So. Flooding Improvements - Phase 2 U"l-l NORTHWEST CASCADE. INC. Name and Title:Clint Myers, Vice President- Consfuction Role on this Projecû Project Manager Education:B.S./ 2005/ Construction Management I Cenlral Washington University Summary of Experience and Qualifications relevant to the proposed project: During his 14 year career with Northwest Cascade, Inc., Mr. Myers has participated as a Project Manager on many large utility/road building projects. He has been responsible for projects ranging in value from $10,000 to $9,400,000. Mr. Myers has managed projects throughout Westem Washington including water system improvements, storm drainage facilities, and gravity and force main sanitary sewer installation and roadway improvements. Relevant projects completed within the last fTve years with this company: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: B Street Interceptor Q422) Spanaway, WA Pierce County Public Works 253-798-9647 aseppa@co.pierce.wa.us Installation of approximately 5,000 LF of 30" and36" sewer interceptor at depths exceeding 30' and roadway restoration. Lexington Street Reconstruction (3636) Steilacoom, WA Town of Steilacoom 206-284-0860 tstafford@Townofsteilacoom. com Utility replacement and roadway reconstruction GRCC -2010 Water System Improvements (3484) Green River Community College Department of General Administration 360-902-7222 jnal<ahara@ Improvement of water system at college Stillwater Coves Wastewater Treatment System(568) Lincoln County, GA Stillwater Coves 770-8 1 8-0100 Design and installation of Large Onsite Septic System (LOSS) with headworks and shining ponds. ULID #6 Sewer Piping Project (3277) NorthBend, WA City of North Bend 425-888-766 dvgelder@northbend. wa. gov Installation and testing of approximately 70,000 LF of sewer, storm and water system improvements. NWC also restored approximately l0 miles of roadway. Project: Location: Client: Phono: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Prcrject: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Military Road Widening Project (3149) Pierce County Pierce County Public Works 2s3-798 7250 hewy. gertj e@co.pierce. wa. us Intersection widening project and construction of embankment fills. UP Streetscape Project (3185) University Place, WA Cþ of University Place 2s3-460-s417 Jecklund@cityof UP. wa.us Widening and installation of improvements for University Place's Civic Center Ilemlock Pump Station- Phase 2 (2940) Tacoma, WA Pierce County Public Utilities 2s3-798-4050 Hans.Hunger@co.pierce. wa.us Install 1000 LF of 36" stormpipe, and insøll newpump station American Lake Gardens Phase 1 (3199) Lakewood, WA City of Lakewood 253-983-779s( dwinkler@cityofl akewoo d.us Installation and testing of over 40,000 LF of sewer, storm and water improvements, including lift stations and widening/restoration of over 7 miles of roadway. New Bridge Landing (601) Louisa County, VA Chase Ventures 252-492-8990 amy@chasedevelopment. com New Septic (LOSS) system withpump station. Sprague Pervious Paving (3919) Tacoma, WA City of Tacoma 253-502-8103 loesteich@cityoftacoma.org Installation of approximately 4,500 LF of storm, sewer and water systems with pervious roadways and sidewalks. No. 37th and Tyler Watermain Replacement (3923) Tacoma, WA Cþof Tacoma 253-954-6942 mdilley@ci.tacoma. wa.us Installation of approximately 5,800 LF of storm, sewer and water systems with restoration of roadways and sidewalks. ! Project: Location: Client: Phone: Email: Descrþtion: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project; Location: Client: Phone: Email: Description: Wastewater Sewer & Side Sewer On-Call Connection Project (3557) Tacoma, WA City of Tacoma 253-502-8103 loesteichl@cit)¡oftacoma. org Emergency sewer and side sewer repairs throughout Tacoma with restoration. This included approximately 500 LF of sewer piping over the various spot repairs. Parkland Brookdale fnterceptor-Phase 2 (3804) Tacoma, WA Pierce County Public Utilities 253-798-2570 pcsewer@co.pierce.wa.us Installation of over 5,000 LF of 36" and 72" sewer interceptor with st¿cked sewer main, side sewers, blpass pumping, installation of bifurcation structure, pump station and ROV/ restoration. East T Street Wastewater Emergency Work Tacoma, WA City of Tacoma 253-502-8103 loesteich@cþoftacoma. org Emergency repair and replacement of approximately 1,000 LF of 60" sewer interceptor bypass pumping and site restoration. Downtown Storm Sewer Replacement (3918) Tacoma, WA City of Tacoma 253-591-5588 mdilley@ci.tacoma.wa.us Installation of approximate 2,100 LF of storm, sewer and water systems with restoration of roadways and sidewalks. 20154 Wastewater Surface Water Replacement Tacoma, WA City of Tacoma 253-502-8103 loesteich@cityoft coma. org Installation of approximately 4,200 LF of storm, sewer and water systems with restoration of roadways and sidewalks. Stadium District Utility Improvements Tacoma, WA City of Tacoma 2s3-502-8103 loesteich@cityoftacoma. org Installation of approximately 1,400 LF of storm, sewer and water systems with restoration of roadways and sidewalks. Gove Street Emergency Sewer Main(3887) Tacoma, WA City of Tacoma 253-502-8103 loesteich@cityoftacoma. org Emergency rep atr and replacement of approximately I ,200 LF of I 2" sewer main, side sewers, blpass pumping and site restoration. Project: Location: Client: Ìhonc: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: High Cedars Force Main & Lift Stations -( 3988) Orting, V/A City of Orting 360-893-2219 ì hungerford@,parametrix. com Installation of approximately 2,100 LF of sewer main and force main, b¡pass pumping, installation of a new pump station and restoration of the golf course. Auburn Way So. Flood Improvements Phase 2 (3982) Auburn, rùy'A City of Auburn 2s3-804-5035 swickstrom@aubum. wa. gov Installation of approximately 4,600 LF of storm, sewer and water systems with restoration of roadways and sidewalks. Yakima Streetscapes - (4135) Tacoma, WA City of Tacoma 253-59t-5224 pringrose@cityoft acoma. org Remove and replace curb and gutter, concrete sidewalk and existing roadway/ abandon & replace storm main and catch basins, watermain, ADA ramps N. Grant Watermain Replacement- (4142) Tacoma, WA City of Tacoma 2s3-35s-2235 garmstrong@cityoftacoma. org Construct approx.. 885LF of 6,& 12" watermains Rosemount Watermain Replacement - (4150) Tacoma, WA City of Tacoma 2s3-355-2235 garrnsûong@c ityoft acoma. org construct approx.. 78'7 LF of 4,6, &,8" watermains, including necessary valves, etc. Streets Initiative Package #12 - (4162) Tacoma, WA City of Tacoma 253-208-3739 nsartain@ci.tacoma. wa. us removal and replacement of roadwa¡ curb, gutters, and new 8" sanitary Sewer, 12" storm sewer main and manholes Valley View Tukwila Loop Sewer Phase 1 -(4125) Tukwila, WA Valley View Sewer District 206-242-3236 jhedron@rh2.com Construct approx.. 12,00 LF of 6' & 8" gravity sewer to open-cut 1600LF of 6" & 8" gravity sewer by horizontal directional drill and associated manholes. Restoration of ROW and eassments. Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: East Precinct Impound Lot (4153) Puyallup, WA Pierce County 253-798-7456 jana.pnnc e @p iec ecounty. wa. gov grading and paving ofexisting gravel parking lot, including installation ofstorm infiltration gallery, type I catch basins, 8" pvc pipe, HMA paving, and gravity block wall. Highlands Blvd Watermain Extension- (4137) Puyalþ, WA Valley Water District 425-827-2014 jmcalpine@valleylvaterdistrict. org Erosion control, traffic control, asphalt removal & replace, horizontal drilling of 8" HDPE pipe, connection to existing system, install fire hydrant, water meters, and appurtenant work. Parking Lot Improvements -( 4135) Lakewood, WA Clover Park School District 2s3-40s-0943 sstory@parametrix.com parking lot improvements including striping at lake Louise and Lochburn Schools 8th Ave Drainage Improvements - (4132) Burien, WA City of Burien 206-248-5516 heungkookl@burienwa. gov Construction of drainage pipe & structures, stormwater storage facility, temp water pollution and erosion control, curb & sidewalk, restoration, HMA pavement & traffic control Borst Ave Sanitary Sewer Replacement -(4130) Centalia, WA City of Centralia 360-330-7512 pp age@city ofcentralia. com Replace saniøry sewer main with 12" PVC sewer main, replace manholes, reconnecting services, roadway and sidewalk restoration Terminal Park Elementary School Watermain Extension - (4159) Auburn, WA Aubum School District 2s3-931-4900 bkenworthy@auburn. wednet. edu watermain Extension and new fue hydrant at terminal park Elementary School Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email:: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Gravelly Lake Trail Improvements - (4128) Lakewood, WA City of Lakewood 253-589-2489 cswonstrom@cityofl okewood.us Roadway improvements of approx.. 5,000LF of Gravelly Lake Drive includes asphalt curb, gutter, sidewalk, driveway, illumination improvements, accessible Ped. Signal and traffic signal. Bethel Burley Rd/Burley Olalla Rd - (4121) Port Orchard, WA Kitsap County 360-337-s777 dhpatton@co.kitsap. wa.us Road improvements to Bethel Burley Road SE and SE Burley Olalla Road including prep, grading, drainage, storm sewer, surfacing, HMA pavement, erosion/ water pollution, control, traffic safety, and control and related work. Carney Lake Rd Widening & Realignment -(4145) Port Orchard, WA Kitsap County 360-337-5777 dhpatton@co.kitsap. wa.us Roadway widening & realignment, clearing, grubbing, excavation & embankment compaction, HMA paving, drainage, bioretention cells, guard rail, traffic safety, erosion control. Annie Wright Campus Additions 2018 - (4133) Tacoma, WA Absher Construction 253-845-9544 j eff.hawanek@absherco.com Demo and sawcutting of asphalt, concrete paving, removal of sidewalk, new retainage walls, landscape, planters, fences, utilities, storm drainage and sanitary sewer. RSD Development Warehouse - (4103) Puyalþ, WA Merit ConstructionNW 2s3-588-9100 jeffrn@meritnw.com Clearing, grubbing, side sewer/storm collectior/ infiltration system, water system and services Seattle Boat - (4102) Seattle, WA Hodge Construction Inc 425-222-50t1 bobw@hodgeconstructioninc. com Prep concrete approach-asphalt paving, storm sewer install, sewer instal Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Project: Location: Client: Phone: Email: Description: Copper Valley Apartments - (4065) Puyallup, WA Inland Group 509-321-3227 tbj @inlandconstruction. com Clearing, grubbing, side sewer, storm collection Reserve at Woodinville - (4064) V/oodinville, WA Alston Construction 206-300-s427 rallen@alstonco.com Demo warehouse concrete slab, existing pavement for use in structural fill, roadways, stripping of site, prepare subgrade under sidewalks and paving, utility mains, domestic water, sanitary sewer & storm drainage, stub to 3ft of building, final grade. Wesley Homes at Bradley Park - (4059) Puyallup, WA Absher Construction 253-845-9s44 rob.kurmper@absherco. com Earthwork/hydroseeding, grading, footing drains and downspouts, water service connections to city watermain, supply and install OSBC & CSTC under building slabs, sites sidewalks and driveway approaches, curb and gutter Gonyea I)evelopment-(4055) Tacoma, WA Sager Family Homes 253-370-7rgs sagerfamilyhomes@ gmail. com Gradeþrep/supply and install sewer system, excavate roadway, asphalt over crushed rock, install I street sign, stop sign, concrete walkways, improvements to the park, pedestrian walkway signals, street signs HMA roadway widening. Providence Ridge - (4045) Issaquah, WA ORA Providence Ridge LLC 206-683-3888 j enkins@element-residential. com Install prefab-concrete wet well/ concrete valve vaull concrete meter vault Curran Estates - (4051) Edgewood, WA Sager Family Homes 253-537-2312 sagerfamilyhomes@ gmail. com Install 3" PVC collection forcemain, 3000 gal collection/ dosing tanks, pumps and control valves, supply and return lines, primary drain fields, start-up and clean up of systems. Project: Clear Creek LID Subdivision - (4040) Location: Kirkland, WA Client: PSW Real Estate Phone Number 206-383-2505 nmail: ben@pswrcalestate.com Description: Supply and install storm system, watermain & services, storm drainage pond including pond fencing and signage, prep and install all curbs, walks and roadways, install on and offsite street signage and pavement markins. Project: Location: Client: Phone Number: Email: Description: Project: Location: Client: Phone Number: Email: Description: Project: Location: Client: Phone Number: Email: Description: Project: Location: Client: Phone Number: F,mail: Description: Project: Location: Client: Phone Number: Email: Description: Cummins Whitewater - (4039) Renton, WA Alston Construction 206-838-3840 rallen@alstonco.com Install and maintain erosion and sediment control, clearing/grubbing import and fill of materials, install sewer systems and lift station. Storm drainage and flood compensation trench. Install water distribution systems. Footing excavation, retainage wall, new curbs, driveway, paved trail, single lane grind and overlay. Medline Lacey - (4020) Olympia, V/A Alston Construction 206-838-1736 rallen@alstonco.com stripping of site, cut and fill to desgin grade to balance site, install domestic water, sanitary & storm drainage, utility stubs, final grade and back fill Misc. 2015-108 FB Pump Stations 16167 Upgrades - (3972) Port Orchard, WA Kitsap County 360-337-4638 cwattling@co.kitsap.wa.us Construct gravþ mains and swer force man along with street and easement restoration. Skokomish/Tanglewilde East Waterline & Sewer - (3975) Lacey, WA : City of Lacey 360-491-s600 aargeri s@ci. I acey.wa.us Install approx. 10,800 LF of 4,6,8 & 10" sewer mains, includes service lines, meter valves, pressure reducing valves, transfer ofwater services, connecting to existing water system and watermain abandonments, manholes, laterals, sewer blpass pumping, community septic abandonment, and removal of manholes, pavement and lawn restoration. Woodbrook Sewer Extension Phase II - (3979) Lakewood, WA City of Lakewood 2s3-983-7795 eswanson@cityofl akewood.us Install 3200LF of 6-16" gravity main, storm drainage and roadway improvements, catch basins, piping, infiltration galleries, curb and gutter, HMA wedge curbs, sidewalk, gravel shoulders, and HMA Project: Location: Client: Phone Number: Email: Description: Villa Carmel Lift Station - (3983) Port Orchard, WA West Sound Utility District 360-876-2545 bwinters@wsud.us construct new sanitary sewer lift Station Projecû N 30th & Burnett Ave Storm System fmprovementsLocation: Renton, WA Clienl City of Renton PhoneNumber: 425-403-7205 Email: jfarah@rentoffMa.gov Description: Storm system upgrades, including road restoration and easements Projecl N Thorne Lane Sanitary & Road Improvements Contract Amount: $ 1,159,407.68 Location: Lakewood, WA Client City of Lakewood PhoneNumber: 253-589-2489 Email: adbuchanan@cityoflakewood.us Description: Installation of new saniøry storm upgrades and road improvements Project: Wastewater Sewer Replacement in Vicinity of Chandler & Center St (3932) Contract Amounl $679,679.00Location: Tacoma, WA Clienû City of Tacoma PhoneNumber: 253-502-8139 Email: loesteich@cityoftacoma.org Description: Remove and replace existing saniøry sewer, construct manholes. Reconnect side sewers. Pipe abandonment. Concrete paving, asphalt paving and restoration. Projecl East 40th St Green Infrastructure - (4091) Contract Amounl 54,160,912.65Location: Tacoma, WA Clienl City of Tacoma PhoneNumber: 253-591-5588 Email: loesteich@cityoftacoma.org Description: Installation and remove of storm mains associated with storm laterals and manholes, catch basins. Remove and replace 2500LF of cast iron water mains, traffic control and roadwork. Projecf 201748 Wastewater Sewer Replacement - (4090) Contract Amounl $956,934.00Location: Tacoma, WA Client: City of Tacoma PhoneNumber: 253-591-5588 Email: loesteich@cityoftacoma.org Description: Construction 2000 LF of 8" Diam waste water sewer main and associated manholes. 700 LF of 12" Diam storm sewer, catch basin and manholes, surface restoration, concrete drives and HMA pavement. ProjecÍ Wastewater Sewer Main Reroute - Snake Lake & Tyler St - (4094) Contract AmounÍ $427,696.66 L¡cation: Tacoma, WA Client City of Tacoma PlroneNunber: 253-59l-5588 Email: loesteich@cityoftacoma.org Description: wastewater sewer main reroutes Project: Jefferson Ave Water Main Replacement -(4120) Contract Amount: 8699,7 22.14 L¡cation: Tacoma, WA Client: City of Tacoma PhoneNumber: 253-591-5588 Email: loesteich@cityoftacoma.org Description: 650 LF water main 715 LF of 12" Diarn. sewer main and manholes and appurtenances. Equ¡prnent LlrtNl,VcaÊcadet{o.DoccrlpüonYoar Itsnr¡faclullrDoptrLlcensâIÚo, CodeRlspoËlbteEmployËêJuly2E,2920Pqe 'ljenêþGrossWolgmtlodolGRADER Is87WATERTRUCK 85I TON FORÌT|ANTRUCK ig8ôPÍCK UP f S83t lON FORI,IAN TRUCK 1SS€lrn DÎRUCK 1s7ZTRAGTOR 8II TOl.¡ FOREilAN TRUC igS?PfcK uP 1s88GET{ERATORTRUCK 1983DmtP TRUCK te89PtcK uP 00PrcK uP 199flTONFOREMANTRUC 91DBM FI.AT BED TT 8E1 TOI{FOREMANTRUC 85FI.ATBËÞIRUCK 1996CONCRETESAWTRUC 1996WATERTRUGK 1997TRAFFICCONÎROLSIG 1897ONETONFORÊMAN I9O9PIGKUP 1999SHOTCRETESUPPORT 2OO1EXPLOR€R MO2LOWBOYTRÀCTOR æ09ONEÎONFOREMAN 2006Ot{ETON FOREIvIAN mæPICK UP ?f,glONETON FOREITIAN æ0aDUMPTRUCK 1S9OWAIERTRUCK 1994SWEEPÊR m06LOWBOYTRACTOR 2OOSPICKUP 2Oî7CATK€TIWORTHFORDFORDFORDFORDIT4ACKFORDrORDII{TERT{ATIO}¡ALI}ITER}IATIOIIALFORDFORDFORDFORDFORDlitTERt{AltOt'lALII{TERII.ATK'}¿ALINTERHANONALcfr4CFORÐFORDINTERI{ATIONATFORDKENWORTHFORDFORDFORDFORDPEIERBILTFORDSIERIING / ETGIN¡GNWORT}IFORDSerlrl ìlo.7AA071A102€82€L2FD.¡F3717GCAí8374fFTDF1SI5DRA23747aFDr\F3?1$cCB/n1¡D804\rr.¡655f 6lMlvt8sY8BHO6888e2FDKF3717HCA,fr6192FrHF25U(JCAsos3lHlAAt7S4DHAí85l42HSFBX5R5KC02895lfFÌHF25YOLPA42,|ü]2FïHF26ìGû CA535062FDKFSnl2tr{CAs2ss52FDK37t7GCA30fft7lFDJRlTLiFPB263.torHTSQÀALZTI{¡|o2¿I78rHTSCML9TH402476lHlSlrAARsSH&o8o14lGDK¡fl1J8VJ50r319IFDWF36FЀDSOO59rFTRFln tgxNBEol4SrHsTcAALglHS644ES1Fïrlztf/3KlzDolga7lXKDDB0)e.{R39756SrFfIwFSSPtsEDûz1ã8lFDU'FÍFPZAEDùæS7rFTRFí2w'/t(B87188IFDVìJF36R28€Dæ860fxPFDBgXTLD:¡o127sIFDY'ì f8¿E7RVA3r384s¡tAÂDBVG€DVeEl02f XKDP.ID(ôltR261¡tEEIFTRFtÈ257ttA87658(-JBDflc032cøsc050c05rc052c058c059c0€5c089c088c0s2c1t0c11lcl33c142ct75cl80c19Scm1c255c2ø2c298cr47c358c465C,ft¡0c489c524C5¡18C5,foc551c552c653f40G923R8F350Ft50F350c8æRWS770ísTF350F25018540:t70F2dÌFafrF350F350F35047{X¡470049&fc7H0/,2F350Ft504700EXPLORERTSOOBRt50F350Ft50Fs50378LltITg000sc8000T800F150¿Ísl:]sRA4l¡li'1EÐ(æ87uu2660HH6ft25547ßÐ(995t3H0430E1uL47Slcsol3SA447€881455007t{ASsmsNuo2a72E¡t{89HB4t6{¡tHC4l,IESFC,l2ffizl(cE0559B858151YB04SrsxBf34{¡1c702ZSR60243RFB5E.'58Yc6GìßP77sLV'l,(c8111ZBen1æEB4070tFB4r878H2El2lRPCSGi'EBROGERSSAGERHAGARAIIACXERTCORKREY0.0050,000.0010,000.00e,000.0ôr0,000.0020,0(þ.0080,fr00.@10,000.00E,000.001E,00û.00ôE,000.008,000.s8,000.txt11,000,0014000.0018,0{t0.00?4,000.0024,000,0051,æ0.0028,000.0014,000.006,000.0020,000.006,000.q)1@,000.00f4,000,0014,000.000,000.0010,000.0080,000.0o44,0@.0038000.00105,{t00.æ8,000.@11I1I111'l1It111II11I1f1111I1fI1111GulDUCCt Equlpment LlatNWGascadel.lo.Descrlp0onJuly 28, 2020Page zjaneþGroæWêlgmcs5{c555c5â1c8t8c630c832c6E5c6€6c7uc707c721G738c741c717c789c8E5c886c8s0cs24D042o050D053D062D079D080D087D090Dog3D094DOg9Dt01or03Dl04Dr102W72A0720'1424142012æ1520152015201e2M720032017200E19802018201020102019201783E6888S19839000g2e2929190911988ofipickupPICKUPONETONPICK UPFOREMANTRUCKFOREÍT.IAI{TRUCKl TOT.I FOREMANl TON FC)REMAN5DT,MPTRUCKWATERTRUCI(PICKUPEXPLORERWATERTRUC-I(PICK UPONÉ TON FORE¡,IANONE TON FOREI4ANFOREMAI.IÎRUCKWHEEL LOAOEREXCAVATORSCRAPER/RESALEEXCAVATORSCRAPERËXCAVATOREXCAVATORBACKHOEBACKHOEBACKHOEW}IËEL LOADERSKID STEËR LOÀDEÐfiENDAHOEDOZERDOZERFORDFORDFORDFORÐFORDFOROFORDFOROFORDKENWORIHFREIGHTLIHERCHEVROLfiFORDKEIlwORTHCHEI/ROLETCHEVROLETCHÊl/ROLETcHa/RotETFREIGHTTINERCATJO'{N DEERECATHITACHICATLIIIKBELTCATCASECASEC¡\SECASEGEHLcÄsECATJOHN DEEREc605778c8057Ê8c7E509Rc979B2Ac376e0.tc60250Pc277378czirræÊG283ã¡Gc4l19ÉFc46149HC4833¿tHBFB8742c37890Jc8(x75Jc60ãilPc59891Pc€{r319P81Et958rBOALGHARBII.EWSDUESÎERBECKHOTTISIGLERCI-ARKfvTYERSWORÎHINGTONII{YERSQUESENBURYYgar Hanufaú¡lrrIllodêlSedal No.F150 IFTRFI22O7KD5ôE31FlsoxcAB 1FTRXi2W37FB139o1F85O IFORFSGIEEEB286O2F250 1FT7Vì,286888852028F450 1FDUF{GT4CEC19S|OF¡IsO IFDUF4GTXFEA645T8F450 IFDUF¡IGTIFEIN2S24F45O IFDUFIGTIIFEDI2S25FISO IFTEMEP6GFA782O2T8008 1NKDXBOXi7R2O872EM2f0{t 1FVHCYAK43HMO69í625OO HDSLVERADO 1GCIKIIEG5HFI26O42ÐFLORERXLT 1FMEU73Ê90U873202DUMP 9087s4CSILVERADO lcCtKUEc3JFz4g442SITVERADO f HT¡$IFVHPKH2g4OI4SITVERADO IHTKHPVH5KH279O58SLVERADO 2GC2KREG8KrI12758122SO 3ALHGNDUfiDHY9OSS9508 65R1155892DLC 5210ô13 9Ð013S3EX200tc t4s*118055239 lßp0lg755800c[ LCelGto24245 8[lF00380suPERssoK4)e JJc0t61s67SUPERsSOK4)C JJGOI$SEIsuPER580K4X2 JJG0,I854S9721 JAK0022103¡û816 11448ã904X4 JJG02053S{D7H 79¡:111il550G 778159Deper Rerpon:lbleLlcenael{o. code Employoa11IIfI11111I111111I111111f,|1111I18,000.01)8,000.0014,000.0010,000.0018,000.0010,000,00't8,000.0018,0üt.00e,000.0080,000.00¡l{1,000.00't0,000.006,000.0042,000.0010,000.0020,m0.000.æ18,000,000.000.000.000.000.000.000.000.oo0.000.000.000.000.000.000.000.(xl Equlpment LletNWCascadeNo.DescrlpüonYear tlanufacü¡mrUodêlDepar ReeponrlbleCodo EmployeeJW28,2O2OPâge 3laneþGrorcWbþhtt 112D115D117D1t9D126D12eÐ127D12SDl30D13,1Dl34Dt350138D139Dl40D141Ð142Dl¡13D144D145Dl¡t8D't49D15lo153D154D1í7D158D.i59D1e0Dl61Dl83o164Dt67Dl681993BACKHOEEXCAVATORWHEELIOADËRLOADERBOBCATDOZERSWEEPEREXCAVATOR4X,{ BACKHOE4)(2 BACKHOELOADER4 X 2 BACKHOE¡lX4 BACKHOE4X2 BACKHOEEXCAVATORÐ(CAVATOREXCAVATOR4X2 BACKI|OE4X2 BACKHOE4X2 EACKI|OEGRADER375 catÐ(cavåtorBACKTIOEBACKHOESCRAPERLOADERÐOZERÐ(SAVATORBACKHOEBACKHOEÐ(CAVATORÐ(CAVATORBACKHOEBACKHOEJOHN DEEREJOHN DEEREJOHN DEEREJOHN DEEREBOECATJOHN DEEREROSCOJOHN DEERECASECASEJOHT.¡DËERECASECASECASEJOHN DEEREJO}IN DEEREJOHN DEEREJOI{NDEEREJOTIN DEEREJOHN DEEREJOHil DEERECATJOHN DEEREJOHT.¡ DEERECATCATJOHN DEËREJOHN DEEREJOHN DEEREJOHN DEEREJOHN DEEREJOHN DEEREJOHN DEEREJOHN DEERE510DESzDLC844c7448s80ıRB4{I700lc580 SUPER L580 SUPER L74d.8SEOSL580 SUPËR L580 SUPER t8924501C2001c3t0sË31osE31oSEnæ)4375L3t6E310S€62$E950F SERIES il450Èt200lc3108G31oSG200cLc450CLC31osc31oSG9292Serlal No.T0510D8779798FFEg2DL00ô252DII,B¡|¡|G85¡10594CK7¡14E800m54505fllt 170T0750CX8121023ts57FF?soEXof5291JJG0189272JJG0190538CK7¡148800044eJJG01S5242JJG0199637JJG0200g5er¡8ezatot24z2FF0450X0s0079FF0æO(0t05563f0SE8,l¡1420310SE8444083f0SE8.14396DV'f/72CHs59€08lJMf'û310103loSEBt2¡læT0310sE883æ06C80057255K02308T0450¡0€01389FFO200X501E88m31osGSl3719T03'10sG913785FF200cx5048¿t0f4s0('(091{r55T0310SG04543810310SG9,r5277Llcemâ ftlo-1111'l,|11IIIt111f'tIItI11I11I1I11110.000.000.000.000.000.000.000.000.000.000.@0.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000,000.000.000.001995l9Ð819989E98l9s496a7971997fs971997980898I 998199920002Aæls891 09804982002æ032(X)32004200220052005s/¡rÍ8D8006 Equlpmsnt LlstNWCascedêl¡o.BeædpüonDefrr Relpon¡lbleLlcensrNÖ. Codo EmployæJuV2E,2o2oPago 1JaneþGrÐsrWolght0.000.000.000.@0.000.000.000.000.000.000.000.@0-000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.ø0.000.00Dt89ol70D171D172D173Ð174D175D,t76D17sDl82D183D184D1g7Dts0D't91D1g8D1S7D199Ð20/.t)206D208Dzr3Dzf5o216D218D219D220Dn2D222Ao2228o2'3D224D¿6D2ftBACKI|OE at01Þ\o{vAToR 2WsMINI EXCAVATOR 2Of¡4LOADER mo2SKIDSIEERLOADER 19SgSCRAPER 2OO5EXGAVATOR 2OO5DOZER 2002BACKHOE 2006GRAOER 2OO7IOAÐER 2006Ð(cAvAroR 2006EXCAVATOR fiqIEXCTTVATOR 20ü7ARTICUIATED OUMP 2006DOZER 2@8BOBCÂT 2006LOADER 2OO8LOADER 2OO5MtNt Ð(c,ryATOR 2011lì,ltNl Ð(CAVATOREJ\CÂVATOR 2013EXCÂVATOR 2013DOZER 2æ7MINI Ð(CAVATOR 2OI4WHEELLOADER 2012Ë(CAVATORTIORIZONTAL DRILL Rf3 2OO8MUDMMNGSYSTEM 2012LOCATING PACI(AGÈ, 2015EXCAVATOR zJ11Ð(CAVATORËXCAVATOR æ15EXCAVÀTOR 201aYerr tlanr fect¡ñrtto(f'¡CASEJOHN DEEREHIÎACHIJOHN DËEREBOBCATCATJOHN DEEREcÂlJOHN DEERÊCATJOHN DEEREJOHITT DËEREHNACHIJOI{H DEEREJOHi{DEEREcArBOBCATJOHN DËEñECATHÍIACHIJOHN DEEREJOHI{ DEEEJOHN ÐEEREJOHI{ DEEREBOBCATJOIIN DEEREJOHN DEERE\IERIIIEER\ÆRMEERDIGITRAKJOHN DEERECATCAÏJOHN DEERE580L s€ries 2200G LCzttvWH703823F370CD4C SERIES 33tosG1¡00H74ÁJ2¡t0DLC¿eooLcã,0Dtc350DD7Rs180614J960G il¿€5U€35D450D450DLC75ÛJLT351WR24SGLCD24X40lirDe40F5u63068232385GSorhl No.JJG0244109FF200CX508196FFDILKT221689Ðr/v814¡¡ç56435151220938968K00525FF370CX08fflS808cs01314ï0310sc058349APMO2E¡'2DW7¡|4JX60EıEEFF240DXeo5438FFOOARH3Illl¡fFF200Ðx510102DVlr3,50DT60rt03AEC0006505æ7-18ÆDtVE44JZô21a90cAT09505KAra(0r744HCMîYA00c002s0s{¡21FFO35DXKBG28ES93rle72s'tFF450DXEBÐ9Í4309T0750JXf,l8l07AS3K1E704lOWB4¿íKZGCE647ø7lFF245GXKCE000l l5rvRzle030810006E0î/R8120P3C20017343fr084308lFF2¡í5GXKCE6001sf¡0FJX03255OYEJOO24E1FF0850$FJ0182931I11,|,|11I1I111t1II1111I111I1111135,000.00 Equlpment LlstNWCascâd€No.Do!crfÉlonYerr ll¡nufacù¡rcrDepû RespomlbleCde EnployeoJuV28,2O2oPâg€ 5.iåneÞcroæ WêlEhlUodelon7D?28D229D230D2?1D232D233D235DæEo2s7D23ED23SÐ240K002K010K015Mof3M015ir01 IMot9M020M02tMO22M02gM03rû/þ33M0a5MOSEM037M048M049M050M053M05720142018200720tg201519751SU198610871987E710881088E8198e198S19S0ls00'189t)199019901993HY233g21726J46375220.000.000.000.000.000.000,000.000.000.000.000.000.0054,t60.00¡10,m0.0044,000.000.000.000.000.000.000.000.@0.o00.000.000.000.000.000.000.000,000.000.00VWEEL LOADERMINI EXCAVATOREXCÄVATORDOZ€RMtNILOADERMINIÐ(CAVATORDOZEREXGAVATORMINIÐ(GAVATOREXCAVATOREXCAVATORGRADERWATERTRUCKWATERTRUCK10 CY DUMP TRKCO¡IVEYOR/HOPPERzOI(WGENERATORROLLER/COùIPACTORPULVERIZERROTLERROLLER/COMPACÎORHOE-PACROTTEFUCOMPACTORPRESSUREWASTIERRESAI.ECOiPACTORCONCRETE BREAKERCOMPACÎORCOM/EYORI/HOPPERCONVEYORIHOPPERCOMPACTORROAORUNNÉR SCREECOMPACTORcAlJOHil DEEREJOHN DEÊRECATKUBOTAJOHN DEERÊJOHN DEEREcÀTJOHN ÐEEREKUBOTAJOHN DEERECATJOHN DEEREDl¡AtilOND REOINTER|¡.ATIONALFORDFELCOCRAIG IAYTORsAt(AtBOùilAcBOù{AGSAKAIgTAilLEYBOMAGKOHTERSTAT{LEYSTANLtrSTANLEYFELCOFELCOSTANI."EYcEcCASEs30x35c135OOR LGPun4116.f¡lK35cD5135Gu3s4t35G30877zGP1800û4370LT8000STANDARDDES-2OMswoDMPH.IOOBW€OADtsvÞ1DHOE-PAC HSEOOOBW.r72-DMAGNUMHOû¡|EMADEHOEfAC HS60(x)M&550HOE-PAC HS600000s909HOE-FAC HSl't000ROADRUNNER1300Serlal No.0RHN02762IFFO35GXEFK27545E12?4wRG00671407ê9FFÍ/0527JK¡83815KW205383lFF135GXPJFs0o67gKBCO0354AK3F1ð845tFFl35GXCFE4009860GGEo09e2lDl r¡¡2cPAFl03279DRG04HC8070793T2MSDYBTOfl){rFoYl'tßot 7cvA00184f898850258X3000385216X TAG 692¡f21011€É,2û0217 ag1}53015821n110873 TAG 8973¡[21144142æ121441551928247110t33TAG6737386893341-13JKC1902050Llcense l{o.I,|1111I1111I1II1'l1III1111III1111I1 Equlpment LlstNWCascade!lo.D€scrlpüonVecr HarutfacturÞrRerponrlbÞEmployeeJuty 28, 2020PaSe 6janeþGfo3r WolghtLlc€ns8 No.DeparCodeLiþ80M08lM082M087M069M107M1't4M117M125M12tMl28M129M13SMt40Mr4sMl50MrSrMl52M155M157M16rM1B4M1ôEM174M179Mt83M't85M1E7M188M192W9,fÀt20svE17ì@71OOKW ÞIESEI GENER1@KWD]ESELGET{ER f99OROLLER/COfìTPACTOR f995HO.PAOBUCKET 1998HOEPAC 1SO8ROLLEFYCOMPACTOR fO98FORKIIFT I9O4WATERTESTPUMP 2OflOGROUTSYSTEi,VHOPP 2001OCEANCARGOCONTAI 2OOIocEANCARGOCOffiTÆ 2001HOE PACocEANCARGOCO¡frN 2002l{oE-PAC 2002l¡sER 2{tr2IASERI.AISERt.ASERI.ASERI..A.SERocEAt{ CARGO CO¡¡rAtGENERATOR20'STORAGECOñTAII| æ0.tHOE-PAC 20û3MANHOLEVACUI'MÍE 2ü}4MANHOLEVACUUMTECO}ICRETE BREAKERTRASH PI,IMP zO0/.FORKLIFT zO04HOE-PAC 2004ROILER ?llj}1PI¡TE COMPACTORHOE+ACU-CART æßDYÍ.¿APAcFÊLCOTELEDYNEDY¡IAPACPETTIBONËuooRHIGH SHEARoccoccFET COoccBTIBEAMALIGI'¡ERBEAMAIIGNERSPECÏRAPRECISIOSPECTRA PRECISIOSPECÎRA PHYSICSSPEOTRA PHYSICSoccHONDACONTAINER CAREBÏIANSASl.ANSASTRAMACWACKERcAlBTIDY¡iAPACBCTBTICART-A-WAYcA25lD9E00TCg0ScÂ252DMAKAPPA4O50088X8 lr2X20ax81nx209098X81nX20B1l TCSO1977ù14872c¡7s15015I'TALGRADEDIATGRADEIASERPT.A¡.IE 220EL-1ilodslEG5000xgfllcaor100-241@-218RV050 r'€2PTSATHl03BTt-TC3ot-PtcAt52DSorlrl t{o.390123r'.12545E3128511234400188788220317lÊ50120080123/12íy.1N1ru40S'9¡187677o-14rÌ267ù150151262æ1e1781233ßß8123l.Gc0s13l8lls3æ58$,5400.958708030181200B03ofEl203781851884203PNæ3002{X'409r.1642209{n123/.743il2060300211If11I1I1III1111tI'lf11IIII11'lI11I0.000.000"000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.oft0.000.000.000.000.000.000.0t)0.(X)0.000.000.000.000.000.000.000.00cB22-R Equlpment L¡8tNWCascadelloDercrlptlonYêrr manufNduÉrDeptrLlcoñ.1{o, CodoRecponrlbÞEnploy¡oJuVæ.zomPege 7Jân€þGttr!$ftlghtM2filìfrßzM233Mz3lM238ì12¡l€lú2A8M251ii252M258M257M283NA¿64M285MæEv(n7Mæ8M2tì0M274MZ76M276ipnìIt,il8ltt285ùæ87M288M292Mæ6iIt2S7M3t0Mf¡1tM3t2M313M31420{,620082o0Els992008zf,og2@720032010200E200919522006201120082012201229122ù112013201420142014201520152414ARMATTACHMË}ITASPHALT ROLTERPI.ATE COMPACTORPIáTE COMPACTORCOflCRETE PUMPHOE.PACPTATE COMPACTORROTARYI-ASERGENÊRATORCARTAWAY CBLz CONSCREEN PI.ANTGEHERATORGENER¡ffORWHEELTRENCHERGE}TERATORSUBMERSIBLE DEWATSUBT'ERSIBLE DEWATGENERATORplatecompaórGENERATORGENERATORlazerGRUNDOilIATMOLEJUMPING JACKROADHOGCO}ICRETE SAWP¡ATEWACKERTRASH PUMPPI.ATEWACKERSWEEPERHOE PACJUMPING JACI(PI.ATECOMPACTORHYDRAUTIC BREAKERCAÏERPILI.ARWACKERWACKERWACKERschrwtNcBTlWACKERDEWALTHONDA24W4t/,5/.ss288718æ4?75603f728171sA021A104781-16667391t0:t0g1,214,4'320ô03002123¿5EAArt6432&tF258000ô58lvRFl22V8Pt00037t)ßR001290870€82181894EANC1029t24123/.EAAJ-2¡143458EAAJ.2435799GX12?2P10020¡lst245200a1292r10300lRH48200TLTl¡l€43O300730792TH-185s230073553287€&ofitAT273S1300887812421/i¡9¡21PIr't84011todelrSeGRDlIAwPl550AWwPt550,AWwP 500xTci:IOIwPr550AWDt to77EUr000rsSerbl No.111I1111'l1II1I,|11IIfII1I1I111III110.000.000.000.000.000.000.oo0.000.000.000.000.000.ül0.000.000.000.000.000.000.000.000.000.000.000.tx)0.000.000.000.000.000.000.000.000.00HOT{DAPOWERIìIATEVERI¡IEERCATGODWIÑGODWNHONOAWacker NsusonHOI{DAHOiIDAAGtGRUNDOMATRAìMIERZANETISCORECUTWACKERTIONDAWACKERIAYMOR87WACKERWACKERBTI (miniexcavatorhaEU2filOtPM0433500ccl35Txo3ü)GSPs00GSP900Elrs000wP1550EU20{r0rEU2000rGRADELIG}ÍT 3OOOl00PBEEORH48ã¡0cc3500wP1550 W21'rGPwPt550AWeHcTCS2DwPt550AWBSBO4A Egulpment LlstNWCascâdefr¡o.DeccrlpüonSWEEPERSWEËPERHOEPACÙIANHOTË VACUUM fEAIRCOMPRESSORPl,ilrTE COITPACTORJUMPING JACKHOE PACLINÊ STRIPERJUMPING JACKHOE PACHOE PAC'I7'CUTDOWN BEDDINJUMPING JACKHOE FACPI.ATE COMPACTOR3'TRASH PUMPSWEEFERGENERATORWHEELWASHCOMPACTORCOMPACTORDIRECTIONAT DRIIJ. LOROTLERCONCRETE EREAKERBREAKERJUMPING JACKCOI,IPACTORPTATE COÙì4PACTORBREAKERPI"A'TE COMPACTORROTLERCONVEYOR|/HOPPERYe¡r tlrnuf8ctr¡ðrl&en¡¡ l{o.Depar RorpomlbleCoüa EmployoôJuþ 28. 2020P¡g€ IJanetpGros3 WclghtIrr315M316M317M3l8M310i,l32fMfts2M333M334M335M338M337M33EM339M340M34tM343?ß44Mâ45M34E[f347Itl35lM352M363M358M367i¡l¡tS8M364M385M387M36gM370M375MO72201220152016m112019æ17fi172!117201720172t17ãrí62012201720r820082019201eæ182018LAYMORLÂlî/toRCATCATIIONDAsuLt.ArRWACKERMULÎNUlPsTtGRACOMC¡BNB'nFELCOMQBTIWACI(ERGODWNLAY+roRLIBBYWELD]NGNCPTUNENPKMIKASAsM30osM300c8245Gn 4027&f¡68185CFM155{¡MD(€OTC51HFLINE|¿ZER 3400[frx60]tDTCl52HÎC1521/HzCYDMTXeOHDTC152wPl5s0AWEHC33855silr@383{9GATCB24BV42üXÌ304ocRTO237515F02-B201¿1082900525100018324u507fAT4S4Sl15m&23934f2852-24T4983.2014-0217-703È2053^T4947-210558281GTP€OIü33785T92r67s8/R201 1 f E0903005060{tc12ll1æ118170Ð(10.r507MÐ(01619141541231208AT€01¡f-210607300Ðfi0-æ02vP28r203Hl997280012-0108.{23I¡IGÊRSOLL RANDBÏcAlBOM¡\GBTIWACKERJOHN DEEREHONDAIIAMMFETCOttodol8HCrlrEPrDTB 100t(wCOñ/lPACTc1Bif\rH408DZsDr16BX-10BæHAñ'MER8V185TC:¡2t/wPt550AWBXr0G)fi20$irlrl Ìlo.83052DE306ZD8¡lSsZD0.û00.000.000.000.000.æ0.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.0011111111111,|1,|1'l1,'I1111tII111I111,|1996FELCO Equlpment LbtNWcesdêNoDe¡crlptlonTHOMPSON PUMPGRINDERTRUCK 7OÎRAILERVAN ISTOoFFlcE 1C70WATER SETILING 1974E}.IDDUMPÎRAILER 187440'FI¡TEEDTRAILER 1973ROLTERÎRAILER I98AAIR COÍTTPRESSOR 7sARROWSTG¡| 1gs5ARROWS|GN 1885BELTYDUMP EISINGÆ(IE DOLLY t97OAIRCOMPRESSOR I98S4O'TRAIIER NTRAILERconiPREsSOR soAIRCOMPRESSOR f993c,ARTRArrËR l9s9AfR CqáPRESSOR 2004TRAIL KIT{G MO4TOWABI.E UGI{T TOWE æ038x IoOFFICETRAIIER ligsCARTRAILER 1985AIRCOMPRESSOR 2OO1AIRCOMPRESSOR 2OO1OFFICE TRAITER 20æU-CART 2003BEAVER TAIL TRAILER 2fX}8IANDEMÆ(LETRAILER 2OO4MESSAGESOARD ã¡OEMESSAGE BOARD æIts¡TRROWBOARD 2008Yoú t¡nufacù¡rêrHodellHOìTPSONFORD F35OFREUI'I¡AEUFHOMEI,'ADEHOIIEMADEGARWOODSTRICKHT,lJOY UNUTYLEAR SIEGI.,ER IñOBILELEAR SÍEGI^ER fI4OBILERAilCOBROWI.¡ DOLLYATlj{¡ COPCO 175 CFMFRUEHAUF FIÀTBEDEAGER BEAVER2sGPTAT|-ASCOFCO xAsgoDDATTASCOPCO XAS9ODDHdIE}¡IADE FI..ATBEDsuu¡rR 185DPODROP DECK TRAIIE 1IíOT{TGÊNIE T.II'L.4OOONwrLLtÁñtsscoTsilA sXtSROADT UTILTIYsuLLÁtR 185DPOSULLAN I8sDPQWLUATAS SCOTSI|A ¡tB$002¡t1 I X 24CART{.WAY CùITIOOC¡ART.A.WAY CMTíOOTRAILKING 1K70H1.1s9BIGTÐ( IOTL-ã'/AABCO MESSAGE/cABCO MESS{GEAtl¡rA¡'lD 22mlSEP001R028RTIIT001T003Tot21016T0101r20TO21TA25TO2BT034T038TO40T050T052T058TOEST198T199T213.r214121712î8T239Tfr2T28{T286T2g2T294T296T286T302DeprLlconse l{o CodeRßrnonafrleEmplryâJuly28,2020Page Iþn€&Oro¡s Yl,þlgtÉSsrl¿l l{o.1&F37MRA54833HPK17080s*¡721ø45!1rA72t0At3388062172110w4788894e165531¿t90049281R9BSC508BL00æ65sô910æARP03¡1727FRY6€930'tlt2EPX45SKA030925975170AlP.20/,t2gwA8ô1æ017o{t4t3¿t8231TKA0{&2sr,þ780245D8tCl¡f154R0@195895-138 oTEVGO{¡t8e1Re8E70630R0ür36293n0413629f@¿.414MF![Aí 52231,ì1001 82s¡tMFMAt5283l¡ìt001825llKA04E3ftstr03s350{6VX202441H34130¡tsEPHl8t88[r¡tsE2t14SEPNI6íXEM4SE2l20¿138A80711JD3379 1FG4533 1FEEgOg 1?8OYX.PER I0530KZ,PER I70í39AA 1JJ2770 fw28564 1uza58o 1zJ1gg7 17020JG 18S66MG I0s25t(z 1s747sl I8030K8 ITSr7RG 12751Yï .l0738ì/L 1zO7sRU-PER I7974ô/Ml INO LTCEI|SE 1756æA , 17180Ut{ I718lUN INO LICÊNSE I75808AA 17600244 12€I7UH-PER .10.0014,000.000.000.000.0014,770.OO10,0{0.000.000.000.000,000.000.000.0f,0.000.000.000.000.000.000,001.000.000.000.000.000.000.000.000.000,001.0018f'0xE22g7UH471îVL0773\rL0,000.000.üt0.00 Equlpment LlstNli\tcasaedello,DolcrlptloîYo¡r llanuûacü¡rcttodalRæpomlùl€EmployceJuþ28,2020Pag€ 10jenetpCroæWdght'tïr04T306ï3001307T308ß21T3€6T387T4291438T5t3T7E37781TB13T81S1898T809T900TgoST9r2T9S0X08¿lAIRCOMPRE$9ORMESSAGË BOARDMESSAGE BOARDSHOTCRETE PUMPVAN TRAILERJOB SI!{CKMESSAGE BOARDMESSAGEBOARDSKIDSTEER TRAILERTANDEåIA)(LE TILT DEMESSAGE BOARD5OO CIAL WATERTRAIL5OO GAL WATERTRAILWATERTRA]LER5OO GAL WAÎER TRAILFUPÐGELOWBOYTRAILERLOWBOYIRAII.ERDI,,|IllP TRAILER'5slÞE Dr.JttP75O PELIAND DOZERSULI¡IRAABCOAABCOALLENTOW}¡STRICKJO8 S|{ACKWANCOWANCOMIDSOTABUTLDOGAABCOMOMC¡WYLIE SPRAYERSMULTIOTJlPGLOBEGLOEEGLOBËÌriAþ(DSUtvI\,ÍTTRAILKINGJOHN DEEREIESHDPQA'DMESSAGEMESSAGEPOWER CRE-TER 20sncK8X 12wrLMB.$Lr(A)wTLir&s-t-L(A)OECK OVER7Xt8HTHã}H20H20Hã)GTãl0r-5GTBN603-52-2.t-HGceî]ËÍ.402-ZtD8l4DoSleT20TAsstoE Dtft4P750g.drl ilo,00¡¡1988484SEPNí6f38M4SE3574SEPNrs|)(8M4SE355149SPt3158A76801015't2885351G327057123¡.5F12S1612810042385Fl2Sr6198lüX2¡10lMgAS2¡{æeAæ3f¡614RJHTI824Dt 104462lPgD't717EE30{3954GNBMt229FB0382404GNBMr22XFB038887svt TWîSZ7EP00û2344GNBMI22scB04r987fG9Zy0517J&386323lGgBilSæ7J833{¡9651G9¡O(2728J83980215R8D81423J1u0tt86559K8U2020H100f¡1431TKSg84lYlìi031830't2uD€patUcgtæl{o. Cldo4æAtZ071ovt072ú\lLl¡l88vll9562TY-PER 1NOUCENSE 10751Vt 'l0750v1 1NO LICENSE I7S58ZD tNO TICENSE T83o4ZDæ392Deu2zQ2053Ð(75596AA75887AA7s9ã5AA32036A80r2s4Ac46r(nAC2002zÐ82008200E19902009200920122012ã)1520162014201620182018201820'1820172000111'lI111II10.000.000.000.000.000.000.000.000.0010,000.000.æ0.000.00t,800.000.0022,3e0.00154,800.0087,640.(x,0.000.m0.000.00 ı,1 Mefk R. PeTI, CEO/ Adir¡g Treasuærçnarman of tfle Board 47û2 N. Gove Taooma, WAgS407 Marty Dikl¡cñ, præirient 2æ23?|D AveS Seatüe, Wa ggl4l Stephen R. Barger, Mæ pæsident 27Ø Garfietd Road ïacoma, WAææe Northwest cascade' lnc' perfurms the folloüng services: undergmund utility contactor, man'facturerof concrete nrcouæ--{seili" t""Ët' p"tt"ble-Ë;tu; är"¡*, septage pumprng, drain deaning,indusüial pumping, geotedhnol"gi"ã'"åt"i*", "nc rãî,,f"äri'g of o¡r-eite þretrearne't syrtenrs. we operate underthe followirq namos: HOney Bud<ets@, NCS, FlohawftsrÐ and Flotrcnix. We would appreciaD,"s,B'ðãËåïtiff ffi:SHffi flñ::li#.ffiå1*"ffii¡,i:ffi ff ffi i?1nc-our It is our poticy to oa-y by the tenth of eat npnn ail propedy prepared invoioes reoeived by the end ofthe preceding month'-óut emplove,s-rtào ¡on ¡nsirucieoïo priNioe Ü,"¡, nãr" and a job number ortrTliffill iiiH, HïHïlkîffi¡ rtil; iä'äi"" o"a é*pÍd,ð'ir¡n"røi *rat requirco our assu¡ance to vlu-gt tim.ery payment-de¡end:.upon your jnyoioe being oomplete, corect and inour possession bng g-nough io ¡Ãrmit:¡provd bf ;pórpr¡* lroirriliäJ"invo¡oes wÍüror¡r ürerequired information will notie tt**ä r"ip"vrcnt "ñäiîr,.t information is suppried. For assistance, please call me at 253.g4g. ZgTl. Orvner/Offioers: Sinoerely, NORTH\TIEST CASCADE INC Oi¡immn:rhrns:,w¡.oov) Contractors Pqge I of3 9ln!-c..r.9r--tlll?s..nçngn Pdnclpals LILIEQUIST CARL ANDERS, PRESIDENT POTTS, GREGORY ALLEN, TREASURER l{EVtlES, CA¡r|ERON MOSES, DTRECTOR madanl,garye, DIRECTOR Go¡¡kl, Donald Joecph, DIRECTOR Jon€s, Hanþy Norton, DIRECTOR WNGARD, WLLùAM B JR, SECRETARY (End: 09/10f2013) Dlkllcf¡, Jún Madn, pRES|DENT (End:09/21/20f 5) BARGER, STEPHEN Rtdard, V|CE PRESIDENT (End:0921/20t5) PERRY, MARK Roger, SECRETARY '(End: 1027f2015) Do¡ng buslnoss as NORTI{TYEsT CASCADE INC WA UBI No. 278lLOl.r9 PO BOX 73!¡s PUYAIJ-UP, WA 3E!7E{i¡¡9¡5t{a8¿rr PIERCE Côunty verify the oontrecto/s active r€gistratlon / licanoe / ærlmcaüon (depending on bade) and eny past vrol"1iofls.ç-o-0-r-t+tst!-o-nçgn!nçfa: Aèüy. teotr culrent tþquhomentr. Llcense specialties GENERAL License no. NORTHCII¡l8Bc Effec{ive - expiraflon u/0'næÈßna202r .P9r.r.L Fldettty & Depo3tt Co of MD $12,OOO.OO Bond ac@unt no. 09000G48 Business type Corpotilon Gowming peæons CARL LIUEQUIST CUNTMYERS; GREG POTTS; J R INMAN; IIARK R PERRY; RON INiIAN; Effec{ive date fiß1no12 Expiration date Untll Canceled Receivecl by L&t 0u17nol2 NORTHWEST CASCADE INC License Page 2 of3 NORTHWEST CASCADE INC ln¡.J-$!99 Z¡rlch Amcdc¡n ln¡ Co Policy no. Gl¡{tlt842¡Ð4 Reoelved bY L&l 00ß0nü0 s1,000,m0.00 Efiec,tive date t0r0lr20l8 Explret¡on date t0r0t,:1020 lnsurance hlstoty frï"'ålliin" "*ount¡ durlng the provlotr 6 velr perlod' .ktffif"trl$$;ShTiË¡i'å#t¡[ffär¡ accounrr dudns rhe provro'r I veü pedod' .ffi!&i#H* rrc rcco,.ded for tht¡ contractor [cenre durtng the preylour 6 ycar p.rlod, but .ome d'btt mty bo rucorded bY other tgônc¡e'' 'ht3itsËlf,i#r'3ffim dudns the pn"yrour I voar pcrrod' otturBE C.illllclt¡om Ñö'äcii'ücöää¡iËi¡öäö'äxt¡t tor tnu buÊlnês8. âE8trHi"*füiåo#'ßf'tn** their errsrbre prosrams and occupatons' t}o you kno,v lf the buslness hes employees? lf so, vefiry the buslness ¡s uÈMete on wofl(ere, comp premlums. L&lAccount lD account l¡ GutÏ'nt' ?-8.9.q.8L*9. Doing business as NORTHUI,ESTCASCADE INC Estimated workers rePorted Ou!Éer 4 of Year 2019 "Gnâter thrn 100 Worker3 ' L&l account contact ä l òivsrll- nnLKEY (360)902'1sfl6' Emall: KEcR23qo¡nl'wt'sov V€rlly the contrac{or is ellgible to perfom work on public works prol€cis' Bçsstn$.In!.TlFs...-Eff 9ç!l.v.S.:lIly.:!.,.?o_19 Excmpt fmm thls rcqulf¡mcn¡. Contrac{or Strlkes ÑÚ'*A'¡iãi äeV; Ë'äen lssued agalnst thls contractor' 'fr StTr*fiîr*S!'iìlifi*it'ßSo"dasarnstrhrscontractor CheckbranypastsafetyandhealthvlolationsfoundonjobiteEthiEbuginesswaêresponsiblèfor. lnspec{ion results date 0¡lrl7r20tg lnspection no. 3t7953878 Location 3280 SW Avalon WaY Seattle, WA 98126 No violal¡ons Certlflcatiom & Endorcements Workers'GomP Publlc Works Requlrements Workplace SafetY & Health lnspeclion results date ßn4/2017 lnspec{ion no. 3179ß477 No violations httos://secure.lni.wa.sov/verifu/Detail'aspx?UBl:27ïA4ilAI&LIC:NORTFICIl4SBG&SA\JV= y3112020 + NORTHWEST CASCADE INC Local¡on l2lll lotürAveE Puyrllup, WA 09872 lnspecüon r€ôults dat€ tzn2mß ln6pecffon no. ElT9{nt, Localþn l0ür AvcS f.comr, WA 0At444 Novlolelþns lnsp€cüon resultB dalè fln6/ml6 lnspedion no. tt70,i21',1? Locåtlon 2f¡0Counv UneRoill Pænc.WA980tz No vldatþns Page 3 of3 lnspec{on rceulb date un6úml6 lnspec{on no. tltL2t66 Localion l0al2 John Bm¡noh Wly E Puy.llup, WA 98t74 No vlolatons lnspec-tion rcsults dat€Ozn?/mlB Mota{ons lnspocdon no. 31t938863 Locallon 23502 Rlm Ro.d Grrh¡m, WA08E3B lnspec.tion resulls date 0t 001201ı lnspectlon no. r17036282 Locatlon N. 38lh St md N. Tyter Sr Trcom!, WA 9S4Oi No violallons lnspectlon results date ætr24t2011 lnspection no. t17124/',7 Location Do! tolnes llemodel Drlvo Dos llolne€, WA 0BlOg Vlolations RESOLTTIION Or OORNORATE AUIIIORtrr NORTHIilEST CASCADN, lNC. trffiffi,î;1aúorlrts b bc ñnnÍshcdorrrçplfod byürc corpondon, Collccüon of rmo¡nn d¡æ br worlc or n¡æri¡l¡ of NorüEÊst Casordg lnc. Flling or rcloaso of licos, or-ol¡ún¡ qgdmú bonds or rctahcd pcrcclúagçq for nrrt orm¡¡crhtc ñ¡rnlshod by No!ü¡rryEsr¡ñı ñ; Any and all m¡üa¡ ¡rlaûcd to oy oftüo rbovc r,rd forcgofqg. iÏtîf,P sh¡ll romain h oftct until ruvokcd by actlon ofrùo Boarrd ofDhocroç¡. Darcd úis tsr dry of ¿7:- I c€rtif}, thattùis Ís ¡ nuo co,py ofthc Rcsolution ùbd April l,20tS. â Ëi,åffi '#ffit tlôrn patøs, cEolct!þT y.,k !. prry, poîtdo?r c.rr Hrrqut4, criortutudrqdã.ñ odhæby mffij*' rrroeosalc üd orù.n cor-.nr Ë ffiä'"t oo¡rso oruucincrsïung o OF I 2. 3 4, Daûo BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified This statement is required by state law (RCW 39.04.350(1)(d)) 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 (November t7, 2O2A), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). AWnk! g (-l-s c.Ld,!, tuc Bid s usiness Name sig a ure o o Officia lx C, Printed Name V,Ð, oC Cc' xJvucttart Title nltrln¿o Lú+ Date City State x If a corporationt proposal must be executed ín 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. James & 2nd Pedestr¡an Crossing/Holcomb 22 November 2, 2O2O Project Numben 20-3002 Provided to Buifders Exchange of WA, lnc. For usage Conditions Agreement see www.bxwa.com - Afways Verify Scal BIDDER RESPONSIBILITY CRITE RIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the Cíty before the contract can be awarded. The bidder hereby ceftifies that, withín the three-year period immediately preceding the bid solicitation date (November L7, 2O2O), 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 civiljudgment entered by a court of limited or general jurisdiction. I certiff under penalty of peflury under the laws of the State of Washington that the foregoing ís true and correct. (\hiln rd,¿ st- Cnsafu , ln L Bidde Business Name Sign riz ia lx z"n r3 Printed Name Ì/.P, ôC &¡^s*"cfusn Title lllttWn l)Jh Date City State * If a ærporationt 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. lames & 2nd Pedestrlan Crosslng/Holcomb 23 November 2, 2O2O Projecl Number: 2O-30A2 Provided to Builders Exchange of WA, Inc. r.or usage Conditions Agreement see hrww.bxìra.com - Afways Verify Scal t-_l_ PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within thirty (30) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5o/o 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 .'t J- , -, -, 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:àOJÐ ûnrllnuts+ Cacado,[,c sig n ure of orized Representative ttur/on .liluilrs-lQ tQhwuúrn Name and Titfe)ft)Y7frq1 Ad br/+ Q5313 James & 2nd Pedestrlan Crossing/Holcomb 24 November 2, 2O2O Project Number: 2O-30A2 Provided to Buifders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - AÌways Verify Scal ttll-rl npò BID BOND FORM KNOW ALL MEN BYTHESE PRESENTS: That we, Northwest Cascade, lnc. , as principal, ¿¡6 Fidelity and Deposit Company of Maryland as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent (5%) of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for James Street and 2nd Avenue Pedestrian Crossing/Project Number:20-3002 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 peformance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and fofeit 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 17tN DAY OF November 2020 V,D pany of Maryland lnc and ?a Attorney-in-Fact 20 Received return of deposit in the sum of James & 2nd Pedestrian Crossing/Holcomb Project Number: 20-3OO2 25 November 2, 2020 ZTJRICH AMERICAN INSURANCE COMPAT{Y COLONIAL AMERICAN CASUALTY AND STJRETY COMPAIIY F'IDELITY AND DEPOSIT COMPA¡IY OF'MARYLANI) POWER OF ATTOR}{EY KNO\¡/ ALL MEN BY TIIESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPAIIY, a corporation of the State ofìilinois, and the FIDELITy AND DEPOSIT COMPAIIY OF MARYLAND a corporation of the State of Illinois (herein collectively called the ,'Companies"), by Robcrt D- Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-taws of said Companieì, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date héreof, do hereby nominate, constitute, and appoint Karen C. SWANSON, Erica E. MOSLEY, Holli ALBERS, Jamie L. MARQIJES, Carley ESPIRITU, Christopher KINYON' Brent E. IIEILESEN, Annelies M. RICmrF., Heather L. ALLEN and Kyle Joseph IIOWAT, alt of Tacoma, Washington, its true and lawfr¡l agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertahngs, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Corrpanies, as fully and amply, to all intents and purposes, as ifthey had b..n-duly ãxe.oted and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE CONPANY ar its ofüce in Néw york, New York., the regularly elected officers of the coLoMAL AMERICAN CASUALTY AND sttRETy coMpANIy at irs ofüce in owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPAIIY oF MARYLAND at irs office in owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certi$r that the extract set forth on the reverse side hereof is a true copy of Article V, Section g, of the By-Iaws of said Companies, and is now in force. IN WITNESS Iùy'HEREOF, the said Vice-President has heteunto subscribed his/her names and affixed the Corporate Seals of the saidZIruCH AMERICAN INST]RANCE COMPA¡TV, COLONIAL AMERICA¡I CASUALTY A¡ID sTJREtY CoMPA¡IY, andFIDELITY AND DEPOSIT COMPA¡IY OF MARYLAI\D, this 20th day ofNovember, A.D. 2019. ZT'RICII .^MERICA* INS{IR.^N"" #ä1II: COLONIAL AMERICAN CASUALTY A¡{D $METY COMPÁ}TY FIDELITY AND DEPOSIT COMPA¡TY OF MARYLA¡ID By: Robert D. Murray Vice President &)*r*, É,1*lruru'*-"' By: Dawn E. Brown Secretary State of Maryland County of Balfimore Onthis20thdayofNovember,4.D.2019, beforethesubscriber,aNotaryPublicoftheStateofMaryland,dulycommissionedandqualified,RobertD. Murrny, Vlce President and Dnwn E. Brown, Secretnry of lhe Companies, to me personally known to be the individuals and officers described in and who executed the preceding insfument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said offrcer of the Company aforesaid, and that the seals affixed to the preceding instrumurt are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affxed and subscribed to the said instrument by tlie authority and direction ãf the said Corporations. ' IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year frst above written. q".ä^""- A.å,r,^,>J Constance A. Dunn, NotaryPublic My Cornmission Expires: Iuly 9,2023 t¡9a ) .1, EXTRACT FROM BY.LAWS OF THE COMPANIES "Article V, Section 8, Attorneys-in-Facl The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, sfipulations, undertakings, or other like instruments on behalfofthe Company, and may authorize any oflicer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modiff of revoke any zuch appointment or authority at any time'" .ERTTF¡.ATE I, the undersigred, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND STIRETY COMPAI.IY, and the FIDELITY AND DEPOSIT COMPAI.IY OF MARYLAND, dO hCrCbY Ccrtiff thAt thc fOTCgOiNg Power of Attorney is still in fult force and effect on the date of this certificate; and I do further certi$r that Article V, Scction 8, of the By- I¿ws of the Companies is still in force. This Power of Attomey and Certificate may be signed by facsimile under and by authority of the followi¡rg resolution of the Board ot' Directors of the ZURICH AMERICAN INSIJRANCE COMPAIIY at a meeting duly called and held on the l5th day of December 1998. RESOLVED: "That the sigrrature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Cornpany.' This Power of Attorney and Certificate may be siglcd by facsimile under and by authority of the following resolution of the Board of Directors of the COLOMAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPAhIY OF MARYLAND at a meeting duly called and held on the lfth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced sigrature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether rnade heretofore or hereafter, wherever appearing upon a certified copy of any power of attomey issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually afhxed. ,ht, Iïffi:twml#:w*scribed mv name and affixed rhe corporare seals of rhe said companies, - ß;æ'Yltl'tf-* By:Brian M. Hodges Vice President TO REPORT A CLAIMWITII REGARD TO A ST]RETYBOND, PLEASE STJBMIT ACOMPLETE DESCRIPTION OF TIIE CLAIM INCLTJDING TIIE PRINCIPAL ON THE BOND, TIIE BOND NUMBE& AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 ZtnchWay Schaumburg, IL 60 I 96- I 056 www.reportsfclaims(Azurichna. com 80a-626-4577 1Éi CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSTON, MINIMUM WAGE NON.COLLUSION DECTARATION l, bv signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: L 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. Iames Street and 2nd Avenue Pedestrian Crossing Project Number: 2O-3O02 NAME OF PROJECT n ù.¡llrn¿ sl CAçUd't, lnc REO NAME OF BIDDER'S FIRM RIZ E ENTATTVE OF BIDDER^ ,, SIGNATU lþr,úon V-,{V\t4ur+-ô{Shnrcjten James & znd Pedestrian Crossing/Holcomb 26 November 2,2O20 Project Numben 2040A2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scaf This change order form is for examole purposes only. By submittinq a bid, the bidder aorees to be bound by the terms of this chanoe order form for any change orders. CHANGE ORDER NO. [Enter # L, 2, 3, etc.] NAME OF CONTRACTOR [Insert Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:llnsert Name of Original Contract & Project #, if applicable] ORIGINAL CONTRACT DATE :llnsert Date Original Contract was Signedl This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutualconsent of the pafties, the project contract is modified as follows: 1. Section 1 of the Contract is hereby modified to 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 datel 2. The contract amount and time for performance provisions of Section I of the Contract are also modified as follows: Original Contract Sum, (including applicable alternates and wssT) $ Net Change by Previous Change Orders ( incl. appl icable WSST) $ Current Co ntract Amount (incl. Previous Change Orders) $ Current Change Order $ Applicable WSST Tax on this Change Order $ Revised Contract Sum $ lames & 2nd Pedestrian Crossing/Holcomb 27 November 2, 2o2o Project Number; 20-3002 Provided to Builders Exchange of WA, Inc. For usãge Conditions Agreement see www.bxwa.com - Always Verify scal Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (+) for this Change Order working days Revised Tlme 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 bf 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. James & 2nd Pedestrlan Crossing/Holcomb 28 November 2, 2O2O Project Number: 20-3002 Provided to Builders Exchange of WAf Inc. For usage Conditíons Agreement see www.bxwa.com - Always Verify Scal CONTRACTORT By (signature) Print Name: (title) DATE: CITY OF KENT: R.r. (tlC*t*r) Print Name: Chad BÍeren. P.E.Its Interim Public Works Director (title) DATE APPROVED AS TO FORM: (applicabte if Mayor's signature required) Kent Law Department 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 followingl Bid Document Cover Sheet filled out with Bidder's Name ¡¡¡¡r¡rr¡.rr¡r¡¡¡¡¡. Order of Contents........... Invitation to Bid Contractor Complia nce Statement....., ¡ ¡ ¡. r ¡ r ¡ ¡ r ¡ ¡ ¡ r. r ¡ ¡ ¡ ¡ r ¡ ¡ ¡ r ¡ ¡. Date rrrr¡¡.¡¡¡...r H ave/ have not pa Éici pated ackn owledgment........... Signature and address....,.....r¡¡r¡¡¡¡¡rrrrr ¡¡¡.¡r¡¡.¡¡¡¡. Declaration - City of Kent Equal Employment OppoÉunity Policy ¡..¡¡¡¡r Datg and signaturg ......¡¡¡r¡.¡..¡r¡r¡r¡¡¡¡¡¡¡¡..r.¡¡¡..rrr¡¡.r.¡¡.¡¡rr¡¡¡r¡¡¡r.¡rr¡!r' Administrative Policy Proposal ¡r¡..¡ ¡r rr ¡ ¡¡r rrr¡.rr¡r¡¡¡¡.¡r ¡r¡rr¡¡¡i¡r¡ First line of proposal - filled in ..,....... Unit prices are correct Minimum bid prices are correct... r¡¡¡¡r.¡¡¡¡rr¡ Subcontractor List (contracts over $1M - HVAC, Ptumblng, &. E¡ectr¡cal)............ Subcontractors listed properly. Signature rr¡¡¡ ¡¡¡¡ ¡¡r ¡ ¡ ¡.¡.¡ ¡¡¡.¡¡ ¡rr Subcontractor List (contracts over $1M - Structural Steel & Rebar Installation)..8 Subcontractors listed properly ¡¡¡¡¡r¡¡¡¡¡¡rr¡r¡..¡¡!¡r Date and signature ...... Contractor's Qualification Statement Statement that Bidder Has Not Been Disqualified Certification of Compliance with Wage Payment Statutes Proposal Signature Page.¡rrrr¡¡.r.¡.r¡..¡¡..¡¡¡¡¡!¡¡¡¡¡¡¡r¡¡r¡r'rr¡r¡.rrrrr¡¡. All Addgnda acknowledged ¡¡¡¡.¡r¡¡ttrr¡¡¡¡¡¡rr.¡¡¡¡¡r¡¡¡¡¡¡¡¡r¡..r¡¡.r.r-r¡rrr¡.¡¡ Date, signature and address .,...... Bid Bond Form Signature, sealed and dated ........... Powgr of Attornêf ...........r.¡¡¡.rr¡¡.¡¡ ...rrrr¡rr¡¡r¡¡.¡¡r¡.r¡¡¡r¡r¡,,rr (Amount of bid bond shall equal 5o/o oÍ the total bid amount) Combined Declaration Form r¡¡¡¡¡¡.¡¡¡r¡r Signature Change Ordgr Form (Example)............ ¡r¡¡¡¡r¡¡r¡¡.¡r¡rr¡!¡r.r¡¡¡.¡¡rr¡¡r Bidder's Ghecklist The followlng forms are to be executed after the Contract ls awarded:A) CONTRACT This agreement is to be e><ecuted by the successful bidder.B) PAYMENTAND PERFORMANCE BOND To be e><ecuted 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 e><ecuted by the successful bidder AFTER COMPLETION of this contract. James & 2nd Pedestrian Crossing/Holcomb Project Number: 20-3002 November 2,2020 tr tr tr tr tr tr tr tr tr tr tr tr tr u u tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr 29 Províded to Buifders Exchange of tr{tA, Inc. For usage Conditions Agreement see www.bxwa.com - Al¡^rays Verify Scal Bond No. 9361437 KENT PAVMENT AND PERFORMANCE BOIUD TO GITY OF KENT Wâih¡tcfo¡ KNOW ALL MEN BY THESE PRESENTS That we, the undersigned.Northwest Cascade, lnc. as Principa l, and Fidelity and Deposit Company of Maryland a Corporation organized and ex isting under the laws of the State of Sfanhirgtonoç.as aSuretyCorporation, and qualified under the laws of the State of Washington to becorne Surety upon bonds of Contractors with Muni crpa I Corporations, as Surety, ared severally held and firmly bound to the Ct TY OF KENT in the penal sum of together with any a{ustments,up or down, in the total contractprice because of cha nges in the contract work, for the payment of which sum ondemand we bind ourselves and our successors, hei rs, administrators or personal representatives, as the case may be. "lllinois This obligation is entered into in pursuance of the statutes of the State ofwashington, and the codes and ordinances of the clry oF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, .|n!er and pursuant to a motion, duly made, seconded and passed !y the City Council of the C¡ty of Kent, King County, Washington, the Mayor of theCity of Kent has let or is abqut to let to the above -bounden Èrincipal, a certaincontract, the said contract providing for construct¡on of James Street and 2ndAvenue Pedestr¡an Grossing/Project Number: 2O-3OO2 (which contract isreferred 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, andundertake to perform the work therein provided for in the manner and within the timeset forth: NoW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfullyperform all the provisions of said contract in the manner and within the time hereinset 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, andall 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 ClTy 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 ïhe material orworkmanship provided or performed under sa¡d contract, then añO in that event thisobligation shall be void; but otherwise it shall be and remain in full force and effect. lN WITNESS WHEREOF, the above bounden part¡es have executed this instrument under their separate seals. The name and corporate seal (if required bylaw) of each corporate party is hereto affixed and duly signed by its underiigned " representatives pursuant to authority of its governing body. James & 2"d Pedestrian Crossing/Holcomb Prqject Number: 20-3002 30 November 13,2O2O BY PRIN AL qenter 's name above) z TITLE V,p- o4 Co^,tsn¡cfr¡"1 DATE. 12t111202a CORPORATE SEAL: DATE.12t11t2020 hxWr Llttttrl¡l/r¿tntø+l- PRINT NAME Deposit of Maryland DATE ' 12111t2020 CORPORATE SEAL By: CarleyEspiritu,Attomey-in-Fact DATE: 1?/11n024 TITLE. Attorney-in-Fact ADDRESS. 800 Fifth Avenue" Suite 3800 Seattle, WA 98104 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY S James & znd Pedestr¡an Crossing,/Holcomb Project Number: 20-3002 3'l November 13,2O2O ZURICH AMERICA¡{ INST]RANCE COMPANY COLO|{IAL AMERICAN CASUALTY AND SURETYCOMPATTIY FIDELITY A¡ID DEPOSIT COMPAIIY OF'MARYLAND POWEROFATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPAIIY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPA¡IY OF MARYLAND a corporation of the State of Illinois (rerein collectively called the "Companies"), by Robert D. Murra¡ Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies, which are set forlh on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constifute, and appoint Katharine J. SfltDER, Karen C. SlryANSON, Erica E. MOSLEY, Holli ALBERS, Jamie L. MARQUES, Carley ESPIRITU, Christopher KIIYYON, Brent E. HEILESEN, Annelies M. RICHIE, Kyte Joseph HOIYAT, Heather L. ALLEN, of Tacoma, Washington, EACH, its fue and lawful agent and Attomey-in-Fac! to make, execute, seal and deliver, foq and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZLIRICH AMERICAN INSTTRANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certi$ that the extract set forth on fhe reverse side hereof is a true copy of Article V, Section 8, of the By-laws of said Companies and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPA¡l.ll, COLO¡{IAL AMERICAN CASUALTY A¡{D SIJRETY COMPÄNY, and FIDELITY AND DEPOSIT COMPA,NY OFMARYLAND, this llth day of November, ÀD. 2020. ATTEST: ZURICH,A,MERICAI\I INSURANCE COMPA¡IY COLONI.A.L AMERICAN CASUALTY A¡fD SIIRETY COMPÂIYY FIDELITY Ai\{I) DEPOSIT COMPA¡IY OFMARYLAND By: Robert D. Murray Vice President .^ .¡ \5tzrtr- ("'ill.þtçutr, -. By: Dawn E. Brown Secretary State of Maryland County ofBaltimore On this llth day of November, A.D. 2020, before the subscriber, a Notary Public of the Stâte of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secletnry of the Companies, to me personally knotvn to be the individüals and officers described in and who executed the preceding instrument, and acknowledged the execution ofsame, and being by me duly sworn, deposeth and saith, that hdshe is the said officer of the Company aforesaid, and that the seals afÍixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and lhe signature as such officer were duly affrxed aud subscribed to thc said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and aflixed my Offrcial Seal the day and year first above writtan. \-ùü.è,la4ucr- A. ı*"+J Constance A. Dunn, Notary Public My Commission Expires: July 9,2023 SEAL SEALSEAL EXTRACT FROM BY-LAWS OF THECOMPANIES "Article V, Section 8, Attomeys-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalfofthe Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modif of revoke any such appointment or authority at any time-" .ERTTFT.ATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPAIIY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYIAND, do hereby certiSr that the foregoing Power of Attomey is still in fi¡ll force and effect on the date of this certificate; and I do further certiS that Article V, Section 8, of the By- Laws of the Companies is still inforce. This Power of Attomey and Certificate may be sigrred by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSIIRANCE COMPAI.IY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Comparry uray be allixetl by facsiüúlc uu auy Puwer uf Attuurey...Auy such Power or auy ceÍificate thercof bcaring such facsimile signature and seal shall be valid and binding on theCompany." This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLOMAL AMERICAN CASUALTY AND SURETY COMPA}IY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPAIIY OF MARYLAND at a meeting duly called and held on the lOth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-Presídent, Secretary, or Assistant Secretary of the Company, whether urade heretofore or hereaftcr, wherever appearing upon a certified copy of any power of attomey issued by the Coupany, shall be valid and binding upon the Company with the same force and effect as though manually affi xed. myrame and affixed the corporate seals of the said Companies, - ß;æ'ltlrrf-* By:Brian M. Hodges Vice President TO REPORT A CLAIM lryrTII REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETEDESCRIPTION OF TITE CLAIM INCLUDING THE PRINCIPAL ON TIIE BOND, TTIE BOND NT]MBE& AND YOURCONTACT INFORMATIONTO: Zurich SuretyClaims 1299 Zurich Way Scbaumburg, IL 60196-1056 www.reoortsfclaims@nuichna. com 800-626-4577 SEAL o SEAL SEAL 1 CONTRACT THIS AGREEMENT, is entered i to between CITY KENT a Washington munícipal corporation ("City"), and org anized under the laws of the State of located and doing ("Contractor").business at Þ 5 WITN ESS: 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: The Contractor shall do all work and furnish all tools, materials, and equipmentfor: James Street and 2nd Avenue Pedestrian CrossinglProject Number: 2O-3OO2 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 zaz} 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 Associatíon, including all published amendments issued by those organizations, if applicabie ("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 2020 WSDOT Standard Specifícations including the latest amendments issued by WSDOT as of the date of bíd opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to proceed and work shall be physically completed within thirty (3O) working days. The term of this Contract shall continue until all work has been completed, É¡nal Acceptance has occurred, and all Contractor obligations have been fulfilled. 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. The totalcontract amount for all Work performed under this Contract, including Washington State Sales Tax, is *ZO7¿96. The City hereby promises and agrees with the Contractor to employ, and doesemploy, the Contractor to provide the materials and to do and cause to be donethe above described work and to complete and finish the same according to theContract and the terms and conditions herein contained and hereby contracts topay for the same according to the Contract and the schedule of unit or itemizedprices provided by Contractor in its response to the City's bid, at the time andin the manner and upon the conditions provided for in the contract. fhe contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of allcovenants herein contained upon the part of the contractor. James & 2nd Pedestrian CrossinglHolcomb Projec! Number; 20-3002 2 3 32 November L7,2O2O 4 à 6 7 B It ¡s further prov¡ded that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, iryiuries, damages, losses or suits. including all legal costs and attorney fees, arising out of or in connection with the performance of lhis contract, except for iqiuries 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 avo¡d any of these covenants of indemnification. Should a court of competentjurisdiction determine that this cCIntract is suQject tCI RCW 4.24.115, then, in the event of liability for damages arising out of bodily i{ury to persons or damages to property caused by or resulting frôm the concurrent negligence of the Contractor and the City, its officers. officials. employees, agents and volunteers, the Contractor's tiability hereunder shall be only to the extent of the Contractor's negligence. IÏ IS FURTHER SPECIFICALLY AND ËXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATIÛN 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 term¡nation of this contract. 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 tímes {not to exceed three (3) business days) and at places designated by the City. 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. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 1g.1ZZ, 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 act¡vities, James & 2''d Pedestrian Crossing/Holcomb Project Number: 2A4OO2 33 November 13,2O2O CITY OF KENT BY DANA RALPH, MAYOR DATE: ATTEST KIMBERLEY A. KOMOTO, CITY CLERK APPROVED AS TO FORM KENT LAW DEPARTMENT CONTRACTOR BY: PRINT NAME; TITLE DATE Jåmes & 2nd Pedestrian Çrossing/Holcomb Project Number: 2O-3OA7 34 Novemþer 13, 2A2O 12/23/2020 EXHIBIT A I NSURANGE REQU I REMENTS FOR CONSTRUCTION PROJEGTS lnsurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for irjuries 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 lnsurance Contractor shall obtain insurance of the types described below 1. Commercial General Liability insurance shall be written on ISO occurrence form CG OO 01 or its equivalent, with minimum limits of $3,0OO,OOO 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,OOO,OOO per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantlal 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 Gity shall be named as an Additional Insured under the Gontactor's Co-mmerciat General Liability insurance policy with respect to the work performed for the Gity. All endorsements adding Additional lnsureds shall be issued on form GG 2() lO 1l 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 lnsurance Services Office (lSO) form CA OO 01 or a substitute form providing equivalent liability coverage. lf necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers'Gompensation coverage as required by the lndustrial lnsurance laws of the State of Washington. B. Minimum Amounts of lnsurance Contractor shall maintain the following insurance limits: 1. Gommercial General Liability insurance shall be written with minimum limits of $3,OOO,OOO 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,OOO,OOO 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. James & 2nd Pedestrian Crossing/Holcomb Pro-ject Number: 2O-3OO2 35 November 13, 2O2O EXHIBIT A (Continued) 2, Automobile Liability insurance with a minimum combined single limit for bodily iryury and property damage of $1,OOO,OOO per accident. G. Other lnsurance 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 mainta¡ned 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 lnsurance. 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. Gontractor's lnsurance 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 Cóntractor, or the Contractorts ajerìts, 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 lnsurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise, James & 2nd Pedestrian Crossing,/Holcomb Project Number: 2O-3OO2 36 November 13, 2O2O EXHIBIT A (Gontinued) F. Acceptability of I nsurers lnsurance is to be placed with insurers with a current A.M. Best ratinq of not less than A:Vl l. G. Verification of Goverage 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. James & 2nd Pedestrian Crossing/Holcomb Project Number: 2O-3OO2 37 November 13, 2O2O Client#: 12831 NORTCASCl ACORD* CERTIFICATE OF LIABILITY INSURANCE DAÌE (M|ú/DD/YYYY) 1211112020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO R¡GHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMENO, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTTFICATE OF TNSURANCE DOES NOT CONSTTTUTE A CONTRACT BETWEEN THE ISSU|NG INSURER(S), AUTHORTZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: lf the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. lf SUBROGATION lS WAIVED, subject to the terms and conditions of the policy, certain policles may requfre an endorsement. A statement on this certificate does not confer any rights to the certif¡cate holder in lieu of such endorsement(s). PRODUCER Propel Insurance Tacoma Commercial Insurance 1201 Pacifíc Ave, Suite 1000 Tacoma, WA 98402 Casondra Mossuto 800 499-0933 866 577-1326 Casondra.Moss nsurance.com INSURER(S) AFFORDING COVERAGE NAIC # tNsURER A : Zurlch Amerlcan lnsurance Company r6535 INSURED Northwest Cascade lnc. dba Honey Buckets & North Bay Portables PO Box 73399 Puyallup, WA 98373 tNsTJRER B: Navigators lnsurance Company 42307 tNsURER c : Axis Surplus lnsurance Gompany 26620 INSURER D: INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: THIS IS TO CËRTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVEBEENISSUED TOTHE INSURED NAMEDABOVE FORTHE POLICYPERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITIONOF ANY CONTRACTOR OTHER DOCUMENÏ WITH RESPECT TO WHICH ÏHIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DÊSCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER LIMITS A x COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR PD Ded: $5,000 GEN'L AGGREGATE LIMIT APPLIES PÉR: POLICY OTHER: PRO-JEcr I I Loc x X GL4013642406 10t01t2020 10t01t2021 EACH OCCURRENCE s 1.000.000 DAMAGE TO RENTEDÞÞF[rlRFS rFq ñr.¡rrrâñ¡.\s300.000 MED EXP lAnv one DeEonì slO.000 PERSONAL & ADV INJURY s 1.000,000 GÊNERAL AGGREGATE s2.000.000 PRODUCTS - COI\,IP/OP AGG s2.000.000 $ A AUTOMOBILE LIABILIW ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON-OWNEDXAUTOS ONLY GL4013642406 10t01t2020 10t01t2021 e1.000.000 BODILY INJURY (Per peßon)$ BODILY INJURY (Per aæ¡dent)$ $ $ B UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS-MADE sE20EXCZ0346EtC 10t01t2020 10to1t2021 EACH OCCURRENCE s5.000.000 X AGGREGATE s5.000.000 DED A WORKERS COMPENSATION AND EMPLOYERS'LIAB|L|TY Y/ N ANY PROPRI ETORyPARTNER/EXECUTIVE r-----r oFFTCEFyMEMBER EXCLUDED? Lll(Mandatory ln NH) lf y€s, describe under DESCRIPTION OF OPERATIONS below N/A wG013642506 lncludes Stop Gap lncludes USL&H lolo1t2020 10to112021 x PERqTÀtt tfF IOTH-IrÞ E-L. EACH ACCIDENT s1.000.000 E.L. DISEASE - EA EMPLOYEE s1.000.000 E.L. DISEASE. POLICY LIMIT s1.000.000 c A A Polluition Leased Equipment lnstal Floater cP002899042020 cPP013642706 cPP013642706 10t01t2020 10t01t2020 101011202 10t01t2021 10to1t2021 10lo'U202'l $lM Occ./499. $25k Ded. $450k / $5k Ded. $100k / $25K / $5k Ded. DESCRIPTION OF OPERAT¡ONS / LOCATIONS / VEHICLES (ACORD l0l, Addltlonal Remark8 Schsdule, may be attachod lf morê space ¡s rðqulred) RE: James Street and 2nd Avenue Pedestrian Grossing Project. Additional Insured Status applies per attached form(s). SHOULD ANY OF TI{E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOT¡CE WLL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent 220 Fourth Avenue South Kent, WA 98032 ã¡¿" A.Y[cr-..L-"ç*- AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) 1 or 1 #s&027541M4349990 @ 1988-2015 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of AGORD KTROO This page has been left blank intentionally. Additional Insured - Automatic - Owners, Lessees Or Contractors Ø ZURICH s Policy No.Eff. Date of Pol Exp. Date of Pol.Eff. Date of End,Producer No Add'|. Prem Return Prem 3LA-01 36424-06 10t01t2020 10t01t2021 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named !nsured: Address (including ZIP Code): This endorsement modifies insurance provided under the Commercial General Liability Coverage Part A. Section ll - Who ls An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1, Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products-completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. u-GL-r 175-F CW (04/13) Page 1 of2 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. G. The following is added to Paragraph 2. Duties ln The Event Of Occurrence, Offense, Claim Or Suit of Section lV - Gommercial General Liability Gonditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named lnsured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other lnsurance Condition of Section lV - Commercial General Liability Gonditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named lnsured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other lnsurance Condition of Section lV - Commercial Gonoral Liability Gonditione: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named lnsured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section lll- Limits Of lnsurance: The most we will pay on behalf of the additional insured is the amount of insurance: L Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of lnsurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of lnsurance shown in the Declarations. All other terms and conditions of this policy remain unchanged u-cl-1175-F CW (04/13) Page 2 of 2 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. Ø \ilaiver Of Subrogation (Blanket) Endorsement ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREF'ULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: Ifyou are required by a written contract or agreement, which is executed before a loss, to waive your rights ofrecovery from oth- ers, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. u-GL92s-B CW (r2101) Page I of I Policy No.Eff. Date of Pol.Exp. Date of Pol.Eff. Date of End.Producer Add'I. Prem Retum Prem. GLA-o136424-06 t0/0!2020 I0/01/2021 $$ POLICY NUMBER: GLA-01 36424-06 COMMERCIAL GENERAL LIABILITY cG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESTGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): ANY CONSTRUCTION PROJECT EXCEPT A CONSTRUCTION PROJECT FOR WHICH A coNSoLtDATED (WRAp-Up)OR StM|LAR TNSURANCE PROGRAM HAS BEEN PROVIDED. lnformation required to complete this Schedule, if not shown above,will be shown in the Declarations A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I - Coverage A, and for all medical expenses caused by accidents under Section I - Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project GeneralAggregate Limit applies to each des- ignated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, ex- cept damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard", and for medi- cal expenses under Coverage C regardless of the number of: a. lnsureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Con- struction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Ag- gregate Limit shown in the Declarations nor shall they reduce any other Designated Con- struction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Construction Project Gen- eralAggregate Limit. @ lnsurance Services Office, lnc., 2008 Page I of ! Wolters Kluwer Financial Services I Uniform FormsrM cG 25 03 05 09 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section | - Coverage A, and for all medical expenses caused by accidents under Section I - Coverage G, which cannot be at- tributed only to ongoing operations at a single designated construction project shown in the Schedule above: l. 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-completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. G. When coverage for liability arising out of the "products-completed operations hazard" is pro- vided, any payments for damages because of "bodily injury'' or "property damage" included in the "products-completed operations hazard" will reduce the Products-completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. D. lf the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. E. The provisions of Section lll - Limits Of lnsur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 ol 2 @ lnsurance Services Office, lnc., 2008 cG 25 03 05 09 Contractors Liability Supplemental Coverages And Conditions ñ,-- ZURICH Policy No Eff. Date of Pol.Exp. Date of Pol.Eff. Date of End.Producer No.Add'|. Prem Return Prem. GLA-0136424-06 10t01t2020 10t01t2021 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part NON.OWNED WATERCRAFT SCH EDULE Watercraft Length: _ feet (lf no amount is shown above, 51 feet applies.) A. Non-owned Watercraft Liability Extended Coverage Paragraph (2) of Exclusion 2.9. Aircraft, Auto Or Watercraft under Section | - Coverage A - Bodily Injury And Property Damage Liability is replaced lry the following: (2) A watercraft you do not own that is: (a) Less than the length shown in the Non-Owned Watercraft Schedule of this endorsement; and (b) Not being used to carry persons or property for a charge; B. Damage To Premises Rented Or Occupied By You 1. The last paragraph under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability is replaced by the following: Exclusions c. through n. do not apply to damage by "specific perils" to premises while rented to you or temporarily occupied by you with permission of the owner. A separate Damage to Premises Rented To You Limit of lnsurance applies to this coverage as described in Section lll - Limits Of lnsurance. 2. The paragraph directly following Paragraph (6) in Exclusion j. of Section I - Goverage A - Bodily lniury And Property Damage Liability is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to premises (other than damage by "specific perils"), including "property damage" to the contents of such premises, rented to you under a rental agreement for a period of 14 or fewer consecutive days. A separate Limit of lnsurance applies to Damage to Premises Rented to You as described in Section lll - Limits Of lnsurance. 3. Paragraph 6. of Section lll - Limits Of lnsurance is replaced by the following: 6. Subject to Paragraph 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 while rented to you, or in the case of damage by one or more "specific perils" to any one premises, while rented to you or temporarily occupied by you with permission of the owner. 4. Paragraph a. of the "insured contract" definition under the Definitions Section is replaced by the following: u-GL-1060-E CW (04i13) Page 1 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. 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 "specific perils" to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; 5. Paragraph (ii) under Paragraph 4.b.(f ) of the Other Insurance Condition under Section lV - Commercial General Liability Conditions is replaced by the following: (ii) That is property insurance providing coverage for "specific perils" for premises rented to you or temporarily occupied by you with permission of the owner; 6. The following definitions are added to the Definitions Section: "Specific perils" means fire, lightning, explosion, windstorm or hail, smoke, aircraft or vehicles, riot or civil commotion, vandalism, leakage from fire extinguishing equipment, weight of snow, ice or sleet or "water damage". 'Water damage" means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. C. Additional Insured - Lessor Of Leased Equipment - Automatic Status When Required In Lease Agreement With You 1. Section ll - Who ls An lnsured is amended to include as an additional insured any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in a written contract or written agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). However, the insurance afforded to such additionalinsured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. 2. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section lll - Limits of lnsurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement you have entered into with the additional insured; or b. Available under the applicable Limits of lnsurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph G. shall not increase the applicable Limits of lnsurance shown in the Declarations. D. Additional lnsured - Managers Or Lessors Of Premises 1. Section ll - Who ls An Insured is amended to include as an additional insured any person(s) or organization(s) that you have agreed 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 premises leased to you and subject to the following additional exclusions: This insurance does not apply to: a. Any "occurrence" which takes place after you cease to be a tenant in that premises. b. Structural alterations, new construction or demolition operations performed by or on behalf of the additional insured manager or lessor of the premises leased to you. However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and u-GL-r060-E cw (04i13) Page 2 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. With respect to the insurance afforded to these additional insureds, the following is added to Section lll - Limits of lnsurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement you have entered into with the additional insured; or b. Available under the applicable Limits of lnsurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph D. shall not increase the applicable Limits of lnsurance shown in the Declarations. E. Additional lnsured - State Or Governmental Agency Or subdivision Or Political Subdivision - Permits Or Authorizations 1. Section ll - Who ls An lnsured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision that you have agreed in a written contract or written agreement or that you are required by statute, ordinance or regulation to name as an additional insured, subject to the following provisions: a. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. b. 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 municipality; or (2) "Bodily injury" or "property damage included within the "products-completed operations hazard". However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. With respect to the insurance afforded to these additional insureds, the following is added to Section lll - Limits of lnsurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement you have entered into with the additional insured; or b. Available under the applicable Limits of lnsurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph E. shall not increase the applicable Limits of lnsurance shown in the Declarations. F. Personal And Advertising lnjury Goverage - Assumed Under Contract Or Agreement 1. Exclusion e. of Section I - Coverage B - Personal And Advertising lnjury Liability is replaced by the following: 2. Exclusions This insurance does not apply to: e. GontractualLiability "Personal and advertising injury" for which the insured has assumed liability in a contract or agreement. This exclusion does not apply to: (l) Liability for damages that the insured would have in the absence of the contract or agreement; or (2) Liability for "personal and advertising injury" if: u-GL-1060-E CW (04i13) Page 3 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. (a) The liability pertains to your business and is assumed in a contract or agreement that is an "insured contract"; and (b) The "personal and advertising injury" occurs subsequent to the execution of the contract or agreement. Solely for the purposes of liability so assumed in such "insured contract", reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of "personal and advertising injury", provided: (¡) Liability to such party for, or for the cost of, that party's defense has also been assumed in the same contract or agreement; and (ii) Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. 2. For purposes of this "personal and advertising injury" coverage only: Paragraph d. and the second to last paragraph under Paragraph 2. of Supplementary Payments - Goverages A and B are replaced by the following: d. The allegations in the "suit" and the information we know about the "occurrence" or offense are such that no conflict appears to exist between the interests of the insured and the interest of the indemnitee; So long as the above conditions are met, attorneys' fees incurred by us in the defense of that indemnitee, necessary litigation expenses incurred by us and necessary litigation expenses incurred by the indemnitee at our request will be paid as Supplementary Payments. Such payments will not be deemed to be damages for "bodily injury", "property damage" or "personal and advertising injury" and will not reduce the limits of insurance. G. lnsured Contract Amendment Paragraph f. and f.(l) through f.(3) of the "insured contract" definition under the Definitions Section is replaced by the following: 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 which you assume the tort liability of another to pay for "bodily injury", "property damage" or "personal and advertising injury" 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: (l) That indemnifies a railroad for "bodily injury", "property damage" or "personal and advertising injury" arising out of construction or demolition operations within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, road-beds, tunnel, underpass or crossing; (2) That indemnifies an architect, engineer or suryeyor 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; (3) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (2) above and supervisory, inspection, architectural or engineering activities; (4) That indemnifies a person or organization for "personal and advertising injury": (a) Arising out of advertising, publishing, broadcasting or telecasting done for you or on your behalf; or (b) To an "employee" of such person or organization that does advertising, publishing, broadcasting or telecasting for you or on your behalf; or (5) That indemnifies a labor leasing firm for "bodily injury" to "leased workers". u-GL-r060-E cw (04/13) Page 4 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission H. MedicalPayments - lncreased Reporting Period Paragraph a. of Section | - Goverage C - Medical Payments is replaced by the following: a. We will pay medical expenses as described below for "bodily injury" caused by an accident: (1) On premises you own or rent; (2) On ways next to premises you own or rent; or (3) Because of your operations; provided that: (a) The accident takes place in the "coverage territory" and during the policy period; (b) The expenses are incurred and reported to us within three years of the date of the accident; and (c) The injured person submits to examination, at our expense, by physicians of our choice as often as we reasonably require. l. Broad Bail Bond Goverage Paragraph Lb. under Supplementary Payments - Coverages A And B is replaced by the following: b. The cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily lnjury Liability Coverage applies. We do not have to furnish these bonds. J. Amendment - Duties ln The Event of Occurrence, Offense, Glaim or Suit The following paragraphs are added to Paragraph 2. Duties In The Event Of Occurrcncc, Offcnsc, Claim Or Suit of Section lV - Commercial General Liability Conditions: Notice of an "occurrence" or of an offense which may result in a claim under this insurance or notice of a claim or "suit" shall be given to us as soon as practicable after knowledge of the "occurrence", offense, claim or "suit" has been reported to your officer, manager, partner or an "employee" authorized by you to give or receive such notice. Knowledge by "employees" other than your officer, manager, partner or "employee" authorized by you to give or receive such notice of an "occurrence", offense, claim or "suit" does not imply that you also have such knowledge. ln the event that an insured reports an "occurrence" to your workers compensation carrier and this "occurrence" later develops into a General Liability claim, covered by this Coverage Part, the insured's failure to report such "occurrence" to us at the time of the "occurrence" shall not be deemed to be a violation of this Condition. You must, however, give us notice as soon as practicable after being made aware that the particular claim is a General Liability rather than a Workers Compensation claim. K. Unintentional Failure To Disclose Or Describe Hazards Paragraph 6. Representations of Section lV - Commercial General Liability Conditions is replaced by the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. Coverage will continue to apply if you unintentionally: (1) Fail to disclose all hazards existing at the inception of this policy; or (2) Make an error, omission or improper description of premises or other statement of information stated in this policy. You must notify us in writing as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to inception of this Coverage Part. L. Bodily lnjury Redefined The "bodily injury" definition under the Definitions Section is replaced by the following: u-GL-1060-E CW (o4ir3) Page 5 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death resulting from any of these at any time. This includes mental anguish, mental injury, shock, fright or death resulting from bodily injury, sickness or disease. M. Two Or More Of Our Goverage Parts/Policies The following is added to Section lll- Limits of Insurance: 1. Subject to Paragraph 2. or 3. above, whichever applies, if this Coverage Part and any other Commercial General Liability Coverage Part or policy providing Commercial General Liability insurance issued to you by us or any other Zurich underwriting company affiliated with us apply to the same "occurrence", only the highest available Each Occurrence Limit under any such Coverage Part or policy applies to such "occurrence". 2. Subject to Paragraph 2. above, if this Coverage Part and any other Coverage Part or policy providing Commercial General Liability insurance issued to you by us or any other Zurich underwriting company atfiliated with us apply to the same offense, only the highest available Personal And Advertising lnjury Limit under any such Coverage Part or policy applies to such offense. 3. Under this Coverage Part and all other Zurich underwriting company Coverage Parts or policies to which Paragraphs 1. and 2. above combined apply, the most we will pay for all injury or damage because of "bodily injury" or "property damage" "occurrences", "personal and advertising injury" offenses and medical expenses is: a. The single highest Coverage Part or policy General Aggregate Limit; or b. The single highest Coverage Part or policy Products-Completed Operations Aggregate Limit, whichever applies, whether such "occurrence", offenses or medical expenses are covered by one or more than one Zurich underwriting company policy. 4. Any existing provisions under Paragraph 4. Other Insurance under Section lV - Commercial General Liability Conditions that may be contrary to the provisions of this endorsement are amended to comply with the changes in coverage as stipulated in Paragraphs 1.,2., and 3. above. This provision does not apply to any Coverage Part or policy issued by us or any other Zurich underwriting company affiliated with us specifically to apply as excess insurance over this Coverage Part. N. Your Work Redefined Paragraph a.(1) of the "your work" definition under the Definitions Section is replaced by the following: 22. "Youf work": a. Means: (l) Work or operations performed by you or on your behalf, but does not include work or operations performed by another entity who joined with you to form a partnership or joint venture not shown as a Named lnsured in the Declarations, which terminated or ended prior to the effective date of this policy; and All other terms and conditions of this policy remain unchanged u-GL-r060,E cw (04/13) Page 6 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. Ø ZURICH () Coverage Extension Endorsement Policy No Eff. Date of Pol.Exp. Date of Pol Eff. Date of End.Producer No.Add'|. Prem Return Prem. GLA-0136424-06 1010112020 1010112021 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the Business Auto Coverage Form Motor Garrier Coverage Form A. Amended Who ls An lnsured 1. The following is added to the Who ls An Insured Provision in Section ll- Covered Autos Liability Coverage: The following are also "insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.l.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of lnsurance shown in the Declarations, whichever is less. 2. The following is added to the Other lnsurance Condition in the Business Auto Coverage Form and the Other Insurance - Primary and Excess lnsurance Provisions Gondition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment - Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section ll - Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. u-cA424-F CW (04/14) Page I of 6 lncludes copyrlghted material of lnsurance Services Offìce, lnc., with its permission. C. Fellow Employee Goverage The Fellow Employee Exclusion contained in Section ll - Govered Autos Liability Goverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section ll - Govered Autos Liability Goverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section lll - Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section lV - Physical Damage Goverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Goverage The following is added to the Goverage Provision of the Physical Damage Goverage Section: Lease Or Loan Gap Goverage ln the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Goverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Goverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Goverage The following is added to Paragraph 4.3.a. of the Physical Damage Coverage Section: lf glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage - lncreased Loss of Use Expenses The Goverage Extension for Loss Of Use Expenses in the Physical Damage Goverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: u-c4424-F CW (04/14) Page 2 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000. l. Personal Effects Goverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to $750 for "loss" to personal effects which are: (1) Personal property owned by an "insured"; and (2) ln or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (l) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) BLrllion, golcJ, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapes, Records and Discs Goverage 1. The Exclusion in Paragraph B.4.a. of Section lll - Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph 8.2.c. of Section lV - Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of "loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Goverage Deductible Provision does not apply to such "loss". u-cA424-F CW (04/14) Page 3 of 6 lncludes copyrighted mater¡al of lnsurance Services Office, lnc., with its permission. K. Airbag Coverage The Exclusion in Paragraph B.3.a. of Section lll- Physical Damage Goverage in the Business Auto Coverage Form and the Exclusion in Paragraph 8.4.a. of Section lV - Physical Damage Goverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Goverage Section: lf an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1. lf the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived; or 2. lf the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. M. Physical Damage - Gomprehensive Coverage - Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss" from any one cause is $5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos - Physical Damage 1. The following is added to Section l- Covered Autos: Temporary Substitute Autos - Physical Damage lf Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos" for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto" you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos - Physical Damage We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. lf we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. O. Amended Duties ln The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Glaim, Suit Or Loss Condition is replaced by the following: a. ln the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any u-cA424-F CW (04t14) Page 4 of 6 lncludes copyrighted material of lnsurance Services Office, Inc., with its permission agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate the insurance afforded by this policy. lnclude, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit"; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. lf you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your faílure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos - Physical Damage Paragraph b. of the Other lnsurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other lnsurance - Primary and Excess lnsurance Provisions Condition in the Motor Carrier Coverage Form are replaced by tlre fullowirtg. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (f ) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official's duties as respect their obligations to you. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Goncealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (f ) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of "autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hircd Auto - World Wide Goverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily lnjury Redefined The definition of "bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. u-cA424-F CW (04/14) Page 5 of 6 lncludes copyrighted material of lnsurance Services Offìce, lnc., with its permission U. Expected Or lntended lnjury The Expected Or lntended lnjury Exclusion in Paragraph B. Exclusions under Section ll- Govered Auto Liability Coverage is replaced by the following: Expected Or lntended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage - Additional Temporary Transportation Expense Coverage Paragraph 4.4.a. of Section lll - Physical Damage Goverage is replaced by the following: 4. Goverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Goverage of the Physical Damage Goverage Section: ln the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10o/o of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Goverage Section: lf a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. u-c4424-F CW (04t14) Page 6 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY ¡NSURANCE POLICY wc 00 0313 (Ed.4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreenent shall not operate directly or indirectly to benefit anyone nol named in the Schedule. Schedule ATI PERSONS A¡ID/OR ORGAI{IZATIONS THAT ARE REQUIRED BY T{RITTEN CoNTRACT OR AGREEMENT I{ITH THE TNSURED, EXECUTED PRrOR TO THE ACCTDENT OR LOSS, THAE ![Ar\rER OF S(BROGAÍTON BE PROVTDED TNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AÌ{D/OR ORG.å}TIZATION. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when th¡s endorsement is issued subsequent to preparation of the policy.) Endorsement Effective L010I12020 Policy No. WC0L3642506 Endorsement No, Insured ]r{6¡¡hwest Cascade, Inc. dba Honey Buckets Premium $ lnsurance Company wc 00 03 13 (Ed.4-84) Copyright 1 983 National Council on Compensalion lnsurance Countersigned By COMMERCIAL EXCESS LIABILITY THIS ENDORSEMENT CHANGES THE POL¡CY. PLEASE READ IT CAREFULLY. AMENDMENT OF CONDITIONS OTHER INSURANCE PRIMARY AND NON-CONTRIBUTING This endorsement modifies insurance provided under the following COMMERCIAL EXCESS LIABILITY COVERAGE PART Section lV - Conditions, 9. Other lnsurance is deleted and replaced by the following: 9. This insurance is excess over any other insurance available to the insured except: a. insurance that is purchased specifically to apply in excess of this policy; or b. insurance available to a person or organization who has been added, as an additional insured, to the "controlling underlying insurance." All other terms of the policy remain unchanged. Contains copyrighted materíal of the lnsurance Services Office, lnc. with its permíssion. NAV-EXC-348 (01/11)Page 1 of 1 This page has been left blank intentionally THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF SUBROGATION SCHEDULE Name of Person or Organization: As required by written contract or agreement. lnformation required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to SECTION lV - CONDITIONS, 13. Transfer of Rights of Recovery Against Others. We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization. This waiver applies only to the person or organization shown in the Schedule above. All other terms of the policy remain unchanged. Navigators Specialty lnsurance Company Contains copyrighted material of the Insurance Services Office, lnc. with its permission NAV-ECD-6012 (01t11',)Page 1 of I This page has been left blank intentionally. James & 2nd Pedestrian Crossing/Holcomb November 13, 2020 Project Number: 20-3002 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms ...................................................... 1-1 1-02 Bid Procedures and Conditions .......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-5 1-05 Control of Work .............................................................. 1-7 1-06 Control of Material .......................................................... 1-15 1-07 Legal Relations and Responsibilities to the Public ................. 1-17 1-08 Prosecution and Progress ................................................. 1-24 1-09 Measurement and Payment .............................................. 1-29 1-10 Temporary Traffic Control ................................................ 1-30 DIVISION 2 EARTHWORK .......................................................... 2-1 2-02 Removal of Structures and Obstructions ............................. 2-1 2-03 Roadway Excavation and Embankment .............................. 2-3 2-06 Subgrade Preparation ...................................................... 2-4 2-07 Watering ....................................................................... 2-5 DIVISION 4 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 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS .............. 7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells ...................... 7-1 7-08 General Pipe Installation Requirements .............................. 7-3 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration ....................................................... 8-4 8-04 Curbs, Gutters, and Spillways ........................................... 8-9 8-09 Raised Pavement Markers ................................................ 8-10 8-14 Cement Concrete Sidewalks ............................................. 8-12 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical ............................... 8-15 8-21 Permanent Signing .......................................................... 8-19 8-22 Pavement Marking .......................................................... 8-19 8-23 Temporary Pavement Markings ......................................... 8-23 8-28 Pothole Utilities .............................................................. 8-24 8-30 Project Signs .................................................................. 8-24 James & 2nd Pedestrian Crossing/Holcomb November 13, 2020 Project Number: 20-3002 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 9 MATERIALS ............................................................ 9-1 9-14 Erosion Control and Roadside Planting ............................... 9-1 9-28 Signing Materials and Fabrication ...................................... 9-3 9-29 Illumination, Signal, Electrical ........................................... 9-4 9-34 Pavement Marking Materials ............................................. 9-13 KENT STANDARD PLANS ................................................................. A-1 WSDOT STANDARD PLANS .............................................................. A-2 TRAFFIC COTNROL PLANS .............................................................. A-3 PROJECT SIGN ................................................................................ A-4 PREVAILING WAGE RATES .............................................................. A-5 James & 2nd Pedestrian Crossing/Holcomb 1 - 1 November 13, 2020 Project Number: 20-3002 KENT SPECIAL PROVISIONS The Kent Special Provisions (“Kent Special Provisions” or “KSP”) modify and supersede any conflicting provisions of the 2020 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations (“WSDOT Standard Specifications”). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION 1 – GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a “Section,” for example, “in accordance with Section 1-01,” the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC 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 James & 2nd Pedestrian Crossing/Holcomb 1 - 2 November 13, 2020 Project Number: 20-3002 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 James & 2nd Pedestrian Crossing/Holcomb 1 - 3 November 13, 2020 Project Number: 20-3002 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 James & 2nd Pedestrian Crossing/Holcomb 1 - 4 November 13, 2020 Project Number: 20-3002 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 Bid 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: James & 2nd Pedestrian Crossing/Holcomb 1 - 5 November 13, 2020 Project Number: 20-3002 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 James & 2nd Pedestrian Crossing/Holcomb 1 - 6 November 13, 2020 Project Number: 20-3002 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 James & 2nd Pedestrian Crossing/Holcomb 1 - 7 November 13, 2020 Project Number: 20-3002 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. James & 2nd Pedestrian Crossing/Holcomb 1 - 8 November 13, 2020 Project Number: 20-3002 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 1-05.8, the requirements of KSP Section 1-05.8 will prevail. SECTION 1-05.7 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.7 Removal of 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. DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.8 City Provided Construction Staking 1-05.8(1) General James & 2nd Pedestrian Crossing/Holcomb 1 - 9 November 13, 2020 Project Number: 20-3002 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 1-05.8(2) through 1-05.8(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 1-05.8(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 rate of $300/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 James & 2nd Pedestrian Crossing/Holcomb 1 - 10 November 13, 2020 Project Number: 20-3002 absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.8(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 1-05.8(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. 1-05.8(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 $300/hour for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or “down” time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.8(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: James & 2nd Pedestrian Crossing/Holcomb 1 - 11 November 13, 2020 Project Number: 20-3002 1. Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50-foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where deemed applicable as determined by the Engineer. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 50-foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline not less than 25-foot stations. 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50-foot stations as required. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults, junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults, junction boxes, and conduits will be provided at an additional expense to the Contractor. James & 2nd Pedestrian Crossing/Holcomb 1 - 12 November 13, 2020 Project Number: 20-3002 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 $300/hour. 1-05.8(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. SECTION 1-05.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SUBSECTION: 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. James & 2nd Pedestrian Crossing/Holcomb 1 - 13 November 13, 2020 Project Number: 20-3002 Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties’ contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer’s effort to establish a list of corrective work then known and discovered. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. James & 2nd Pedestrian Crossing/Holcomb 1 - 14 November 13, 2020 Project Number: 20-3002 SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2020 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor’s qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Details of known projects are as follows: The City is constructing a grade separation project over the UPRR tracks on S. 228th St., with the road currently closed to traffic. This road closure results in increased vehicle traffic along James St. directly impacting this project. S. 228th St. is anticipated to open to thru traffic in February 2021. Therefore, the Contractor must request permission from the Engineer, in writing, a minimum of 2 weeks in advance of proposed lane closures subject to approval of the engineer. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. James & 2nd Pedestrian Crossing/Holcomb 1 - 15 November 13, 2020 Project Number: 20-3002 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 All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1. Contractor’s name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer’s review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. James & 2nd Pedestrian Crossing/Holcomb 1 - 16 November 13, 2020 Project Number: 20-3002 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer’s review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer’s full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor’s letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. James & 2nd Pedestrian Crossing/Holcomb 1 - 17 November 13, 2020 Project Number: 20-3002 The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. “APPROVED AS SUBMITTED” – Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. “APPROVED AS NOTED” – Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. “AMEND AND RESUBMIT” – Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 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. James & 2nd Pedestrian Crossing/Holcomb 1 - 18 November 13, 2020 Project Number: 20-3002 SECTION 1-07.4(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.4(2) COVID-19 Job Site Requirements Before commencing any work on the Project site, the Contractor shall develop and post at each job site a comprehensive COVID-19 exposure control, mitigation, and recovery plan that complies with the Phase 1 Construction Restart COVID-19 Job Site Requirements issued by the Governor, or subsequent modifications or phase amendments as the Governor may issue. Contractor must further meet and maintain all requirements of the plan, including providing materials, schedules, and equipment required to comply with those job site requirements or any future adjustments that may be made to job site requirements by the Governor or any applicable federal or state agency during the COVID- 19 emergency. A copy of the COVID-19 job site safety plan, along with the identification and contact information for the COVID-19 Supervisor, shall be provided to the Engineer. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: None SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. SECTION 1-07.9(3) IS DELETED AND REPLACED WITH THE FOLLOWING: FOLLOWING: James & 2nd Pedestrian Crossing/Holcomb 1 - 19 November 13, 2020 Project Number: 20-3002 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. 5. 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. 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. James & 2nd Pedestrian Crossing/Holcomb 1 - 20 November 13, 2020 Project Number: 20-3002 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). 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 James & 2nd Pedestrian Crossing/Holcomb 1 - 21 November 13, 2020 Project Number: 20-3002 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 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. James & 2nd Pedestrian Crossing/Holcomb 1 - 22 November 13, 2020 Project Number: 20-3002 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. CenturyLink Tanaiya Anderson 253-313-8961 (cell) Tanaiya.Anderson@centurylink.com Comcast Danny Cooley (253) 686-7592 (cell) Danny_Cooley@comcast.com Puget Sound Energy Gas Glenn Helton 253-395-6926 425-559-4647 (cell) Puget Sound Energy Power Hong Nguyen 425-449-6609 (cell) Hong.Nguyen@pse.com Verizon Scott Christenson 425-636-6046 425-471-1079 (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 James & 2nd Pedestrian Crossing/Holcomb 1 - 23 November 13, 2020 Project Number: 20-3002 1-07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.23(1) Construction Under Traffic The Contractor shall maintain a safe minimum four foot wide ADA accessible pedestrian facility on at least one side of the James St. that is well marked and free from construction equipment and materials at all times. No sidewalk or ramp shall be closed for more than five (5) working days without providing a four (4) foot wide ADA accessible pedestrian route on that side of James St. During non-working hours all lanes on James St. shall remain open to traffic. Cold mix asphalt for to provide temporary transition from planed areas to existing pavement shall be considered incidental to the Planing Bituminous Pavement bid item. Lane closures for work excluding planning and overlay will be permitted Monday – Friday from 9 AM to 3 PM. Planing and overlay work shall be completed on weekends only. Night hours will not be permitted due to proximity to neighborhoods. The Contractor shall request permission, in writing, a minimum of 2 weeks prior to any lane closures. The contractor shall place two PCMS message boards on James Street one week prior to start of the first lane closure and these shall remain in place no more than one week after the first lane closure. PCMS boards shall be field located with the approval of the Engineer, one being to the east of the project location and one to the west. Should high volume hours differ from those specified, as determined by the Engineer, the Contractor will be required to adjust the hours of work accordingly. Exceptions to these restrictions may be considered by the Engineer on a case by case basis following a written request by the Contractor. There shall be no delay to medical, fire, police, or other emergency vehicles with flashing lights or sirens. The contractor shall alert all flaggers and personnel of this requirement. 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. James & 2nd Pedestrian Crossing/Holcomb 1 - 24 November 13, 2020 Project Number: 20-3002 It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. James & 2nd Pedestrian Crossing/Holcomb 1 - 25 November 13, 2020 Project Number: 20-3002 The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the 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 James & 2nd Pedestrian Crossing/Holcomb 1 - 26 November 13, 2020 Project Number: 20-3002 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 is subject to noise control requirements. Approval to work during these hours is unlikely to be approved and could 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 not be granted 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. Work Hour Exceptions/Restrictions: During the following work restrictions, the Contractor shall leave all streets in a safe and passable condition with all lane closures and or detour traffic control removed during the period. 1. Weekday work within the traveled lanes of James St. shall be restricted to the hours between 9:00 a.m. and 3:00 p.m. 2. All Kent Station driveways shall remain open to traffic at all times. The Contractor shall notify the Kent Station General Manager, John Hines, at 253.856.2301 and JHinds@tarragon.com at least 7 days prior to the start of construction or any lane closures. 2. Work within the traveled lanes at James St. shall not block traffic three hours prior to and one hour after events, at the ShoWare Center in Kent. Events are currently postponed at due to COVID. Events are anticipated to resume in April 2021 but additional events may be scheduled. The Contractor shall coordinate throughout the contract period with ShoWare Center contact Beth Sylves (253) 856-6705, or Scott Trisler (253) 856-6721 email strisler@showarecenter.com, regarding schedule updates and with the Engineer regarding scheduled work. Doors typically open one hour prior to event’s start time. 1-08.4(A) Reimbursement for Overtime Work of City Employees James & 2nd Pedestrian Crossing/Holcomb 1 - 27 November 13, 2020 Project Number: 20-3002 Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1. Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS SUPPLIMENTED BY ADDING THE FOLLOWING AT THE END OF THE FIRST PARAGRAPH: 1-08.5 Time for Completion James & 2nd Pedestrian Crossing/Holcomb 1 - 28 November 13, 2020 Project Number: 20-3002 Friday February 12, 2021 will be classified as a nonworking day in order to minimize impact to Kent Station businesses. 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. James & 2nd Pedestrian Crossing/Holcomb 1 - 29 November 13, 2020 Project Number: 20-3002 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 James & 2nd Pedestrian Crossing/Holcomb 1 - 30 November 13, 2020 Project Number: 20-3002 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 or 206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 1-10.3 Traffic Control Labor, Procedures, and Devices 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices James & 2nd Pedestrian Crossing/Holcomb 1 - 31 November 13, 2020 Project Number: 20-3002 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 lump sum contract price for “Temporary Traffic Control Devices” shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item “Temporary Traffic Control Devices” will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. James & 2nd Pedestrian Crossing/Holcomb 1 - 32 November 13, 2020 Project Number: 20-3002 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.” Drums damaged by the Contractor, due to the Contractor’s operation, shall be replaced by the Contractor at no cost to the City. All labor required to perform the work described in Section 1-10.3(1) of the WSDOT Standard Specifications for the drums will be paid under the item “Traffic Control Labor.” 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. James & 2nd Pedestrian Crossing/Holcomb 2 - 1 November 13, 2020 Project Number: 20-3002 DIVISION 2 – EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor’s operations. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements All improvements that are not designated for removal, but that are damaged by the Contractor’s operations shall be replaced, restored, or repaired at the Contractor’s sole expense. The Engineer’s determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor’s removal operations is final. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the James & 2nd Pedestrian Crossing/Holcomb 2 - 2 November 13, 2020 Project Number: 20-3002 cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement Surface Integrity is to be Maintained In removing traffic islands and/or traffic curbs the Contractor shall: 1. Haul broken-up pieces and complete sections of traffic curbs and all waste materials to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Completely remove all block traffic curbs, pre-cast traffic curbs, connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the compacted subgrade, or to the surface of the underlying pavement where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, and fill any surface voids caused by the removal work. 5. Repair any damage to adjacent traffic curbs that were designated to remain, but that was caused by the removal of the traffic curbs. 6. Remove and dispose of all waste materials deposited on the pavement, or within the City’s stormwater management system, as a result of the removal process selected by the Contractor. SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per square yard for “Remove Existing Asphalt Concrete Pavement” constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: actual depth in inches (square yards) x 6 inches = quantity For example, if the Contractor encounters pavement to be removed which is 8 inches thick and 100 square yards then the quantity would be: James & 2nd Pedestrian Crossing/Holcomb 2 - 3 November 13, 2020 Project Number: 20-3002 8 100’ x 6 = 133 S.Y. No other compensation shall be allowed. The unit contract price per square yard for “Remove Cement Concrete Sidewalk” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications. The unit contract price per lineal foot for “Remove Cement Concrete Curb and Gutter” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. The unit contract price per lineal foot for “Remove Traffic Curb” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the traffic curb as shown on the plans and described in the specifications. The unit price contract price per lineal foot for “Saw Cut Existing Asphalt Concrete Pavement” constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: actual depth in inches (length) x 6 inches = quantity For example, if the Contractor encounters pavement to be saw cut which is 8 inches thick and 100 linear feet then the quantity would be: 8 length x 6 = 133 LF. No other compensation shall be allowed. 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 SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: James & 2nd Pedestrian Crossing/Holcomb 2 - 4 November 13, 2020 Project Number: 20-3002 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. SECTION 2-03.5 IS REVISED AS FOLLOWS: 2-03.5 Payment THE FOLLOWING PARAGRAPH IS ADDED AFTER THE FIRST PARAGRAPH: All cost associated with clearing, grubbing and removal of existing vegetation shall be included in the Roadway Excavation Incl. Haul bid item. 2-06 SUBGRADE PREPARATION 2-06.3 Construction Requirements SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment James & 2nd Pedestrian Crossing/Holcomb 2 - 5 November 13, 2020 Project Number: 20-3002 The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street 253-856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street 253-856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. James & 2nd Pedestrian Crossing/Holcomb 4 - 1 November 13, 2020 Project Number: 20-3002 DIVISION 4 – BASES DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 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 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment The unit contract price per ton for “Crushed Surfacing Top Course, 5/8 Inch Minus” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. James & 2nd Pedestrian Crossing/Holcomb 5 - 1 November 13, 2020 Project Number: 20-3002 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 MIX 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 Recycled Asphalt Pavement 9-03.8(3)B James & 2nd Pedestrian Crossing/Holcomb 5 - 2 November 13, 2020 Project Number: 20-3002 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:  Develop the mix design in accordance with WSDOT SOP 732. James & 2nd Pedestrian Crossing/Holcomb 5 - 3 November 13, 2020 Project Number: 20-3002  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 Acceptance of HMA Mixture [see Section 5-04.3(9)] Basis for Contracting Agency Approval of Mix Design for Placement on QPL Contracting Agency Materials Testing for Evaluation of the Mix Design Statistical Evaluation WSDOT Standard Practice QC-8 The Contracting Agency will 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 for compliance with Sections 9-03.8(2) and 9-03.8(6) The Contracting Agency may elect to test the mix design materials, or evaluate in 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 expiration of the initial 12 month mix design approval. Within 7 calendar days of receipt of the Contractor’s certification, the James & 2nd Pedestrian Crossing/Holcomb 5 - 4 November 13, 2020 Project Number: 20-3002 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 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). James & 2nd Pedestrian Crossing/Holcomb 5 - 5 November 13, 2020 Project Number: 20-3002 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 31st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses 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 James & 2nd Pedestrian Crossing/Holcomb 5 - 6 November 13, 2020 Project Number: 20-3002 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 except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant 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 James & 2nd Pedestrian Crossing/Holcomb 5 - 7 November 13, 2020 Project Number: 20-3002 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. 5-04.3(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 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The Contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers 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. James & 2nd Pedestrian Crossing/Holcomb 5 - 8 November 13, 2020 Project Number: 20-3002 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. A copy 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. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A material transfer device or vehicle (MTD/V) is not required for this project. The contractor may use a material transfer device or material transfer vehicle (MTD/V) to deliver the HMA from the hauling equipment to the paving machine for any lift in (or partially in) the top 0.30 feet of the pavement section used in traffic lanes. However, an MTD/V is not James & 2nd Pedestrian Crossing/Holcomb 5 - 9 November 13, 2020 Project Number: 20-3002 required for HMA placed in irregular shaped and minor areas such as tapers and turn lanes. The MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(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. James & 2nd Pedestrian Crossing/Holcomb 5 - 10 November 13, 2020 Project Number: 20-3002 Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt  manufacturer. 5-04.3(4)A Crack Sealing 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces James & 2nd Pedestrian Crossing/Holcomb 5 - 11 November 13, 2020 Project Number: 20-3002 within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per Section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width – fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer’s recommendations. Furnish a Type 1 Working Drawing of the manufacturer’s product information and recommendations to the Engineer prior to the start of work, including the manufacturer’s recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor’s method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: James & 2nd Pedestrian Crossing/Holcomb 5 - 12 November 13, 2020 Project Number: 20-3002 a. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. b. Cracks greater than 1 inch in width – fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor’s operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP 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. 5-04.3(5)A Vacant James & 2nd Pedestrian Crossing/Holcomb 5 - 13 November 13, 2020 Project Number: 20-3002 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 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: James & 2nd Pedestrian Crossing/Holcomb 5 - 14 November 13, 2020 Project Number: 20-3002 HMA Class 1” wearing course/final lift 0.17 feet other courses 0.35 feet HMA Class ¾” and HMA Class ½” wearing course/final lift 0.17 feet other courses 0.25 feet HMA Class ⅜” 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 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. James & 2nd Pedestrian Crossing/Holcomb 5 - 15 November 13, 2020 Project Number: 20-3002 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 Evaluation Commercial Evaluation 1”, ¾”, ½”, 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. a. Aggregates –2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, 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 James & 2nd Pedestrian Crossing/Holcomb 5 - 16 November 13, 2020 Project Number: 20-3002 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. 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. James & 2nd Pedestrian Crossing/Holcomb 5 - 17 November 13, 2020 Project Number: 20-3002  If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will 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. 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ 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 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 James & 2nd Pedestrian Crossing/Holcomb 5 - 18 November 13, 2020 Project Number: 20-3002 (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. 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). James & 2nd Pedestrian Crossing/Holcomb 5 - 19 November 13, 2020 Project Number: 20-3002 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. 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. James & 2nd Pedestrian Crossing/Holcomb 5 - 20 November 13, 2020 Project Number: 20-3002 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. 5-04.3(10)A HMA Compaction – General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 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 James & 2nd Pedestrian Crossing/Holcomb 5 - 21 November 13, 2020 Project Number: 20-3002 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. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be James & 2nd Pedestrian Crossing/Holcomb 5 - 22 November 13, 2020 Project Number: 20-3002 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 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 James & 2nd Pedestrian Crossing/Holcomb 5 - 23 November 13, 2020 Project Number: 20-3002 equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 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 PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 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. James & 2nd Pedestrian Crossing/Holcomb 5 - 24 November 13, 2020 Project Number: 20-3002 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 ½ of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals 5-04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application procedure. Construct the bridge paving joint seal as specified on the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer’s application procedure. 5-04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in Section 5-04.3(12)B1 and the following requirement: James & 2nd Pedestrian Crossing/Holcomb 5 - 25 November 13, 2020 Project Number: 20-3002 Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness 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 ⅛ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre- Paving planning (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The 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. James & 2nd Pedestrian Crossing/Holcomb 5 - 26 November 13, 2020 Project Number: 20-3002 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 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. 5-04.3(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. James & 2nd Pedestrian Crossing/Holcomb 5 - 27 November 13, 2020 Project Number: 20-3002 Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. James & 2nd Pedestrian Crossing/Holcomb 5 - 28 November 13, 2020 Project Number: 20-3002 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where 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. James & 2nd Pedestrian Crossing/Holcomb 5 - 29 November 13, 2020 Project Number: 20-3002 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. 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day’s operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other contractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to 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 5-04.3(14)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. James & 2nd Pedestrian Crossing/Holcomb 5 - 30 November 13, 2020 Project Number: 20-3002 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. 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(16) 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. 5-04.4 Measurement No measurement will be made for the installation, maintenance, and removal of temporary pavement markings. 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 compensation for all costs incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in the Subsection and which are included in the Proposal. This work shall include the cost to install an asphalt thickened edge and/or the pre-leveling work in the areas identified on the plans. The cost for anti-stripping additive and water shall be included in this bid item. Any adjustment of water valve cans in the median island shall be considered incidental to this bid item. The unit contract price per square yard for “Planing Bituminous Pavement, 2 Inch Thick” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). This includes but is James & 2nd Pedestrian Crossing/Holcomb 5 - 31 November 13, 2020 Project Number: 20-3002 not limited to complete compensation for all materials, tools, equipment and labor necessary or incidental to plane/grind the thickness specified on the plans, clean, sweep, haul, stockpile or dispose of the asphalt concrete pavement as specified on the plans or as directed by the Engineer. This also includes planing of existing asphalt on the concrete panels called out on the plans. No additional cost compensation shall be made for cold mix material to provide a temporary transition from planed areas to existing pavement. The areas of planing shown on the plans may be modified by the Engineer based on the condition of the existing pavement. Payment shall be made upon actual square yards planed/grind, regardless of the full planing capacity of the equipment used. No payment will be made for temporary pavement markings. Temporary pavement markings shall be incidental to the Planing Bituminous Pavement bid item. James & 2nd Pedestrian Crossing/Holcomb 7 - 1 November 13, 2020 Project Number: 20-3002 DIVISION 7 – DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3 Construction Requirements Manhole frame and covers shall be cast gray or ductile iron (the lid needs to be marked with (STORM) or (SEWER)) and shall comply with the following WSDOT Standard Plans as applicable: B-30.70-04 Circular Frame (Ring) and Cover Care must be taken to insure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. SECTION 7-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade All construction in performing adjustments of existing or new utilities shall conform to the WSDOT Standard Specifications, Standard Plans, Kent Standard Plans and the Kent Special Provisions. Locating all new and existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence James & 2nd Pedestrian Crossing/Holcomb 7 - 2 November 13, 2020 Project Number: 20-3002 of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for immediate rejection. On asphalt concrete paving and/or asphalt resurfacing projects, manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementatious materials only. Wood, plastic, iron, aluminum, bituminous or similar materials are prohibited. On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.5 Payment The unit contract price for “Replace Existing Manhole Frame and Cover to Finished Grade” per each constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to replace the existing manhole frame and cover, adjusting to the planed grade, and adjusting to final finished grade as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavating; dewatering; backfilling; compacting; surface restoration; removing and disposing the existing manhole lid, and providing and installing the new manhole lid. Adjusting the grade by adding or removing risers, grade rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. Any frames, grates, or risers shall be hauled and disposed of by the Contractor unless deemed salvageable as determined by the Engineer. James & 2nd Pedestrian Crossing/Holcomb 7 - 3 November 13, 2020 Project Number: 20-3002 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS SECTION 7-08.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.2 Materials All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer’s specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the WSDOT Standard Specifications, the Kent Special Provisions and the manufacturer’s recommended installation procedures. See the following Sections of the WSDOT Standard Specifications and the Kent Special Provisions: Hot Mix Asphalt ............................... 5-04.2 Cement Concrete Pavement .............. 5-05.2 Culverts ......................................... 7-02.2 Storm Sewers ................................. 7-04.2 Manholes, Inlets and Catch Basins...... 7-05.2 Sanitary Sewer ................................ 7-17.2 Side Sewers .................................... 7-18.2 Crushed Surfacing ........................... 9-03.9(3) Gravel Backfill for Pipe Zone Bedding .. 9-03.12(3) Gravel Borrow ................................. 9-03.14(1) Foundation Material Class I and II ...... 9-03.17 Bank Run Gravel for Trench Backfill .... 9-03.19 7-08.3 Construction Requirements SECTION 7-08.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)A Trenches The trench for conduit shall not be excavated wider than necessary for the proper installation of the electrical conduit. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)B Pipe Laying - General James & 2nd Pedestrian Crossing/Holcomb 7 - 4 November 13, 2020 Project Number: 20-3002 The contractor shall ensure that new conduit has a minimum vertical clearance of 6 inches between the existing gas crossings shown on the plans. At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer’s recommendations. SECTION 7-08.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(2)J Pipe Laying - PVC For PVC pipe, the Contractor shall maintain a cover over the pipe to prevent temperature deformation caused by the sun and shall remove such cover only for a sufficient time to allow the pipe to be installed. When making field cuts of PVC pipe, a new reference line shall be marked on the spigot end a distance of 4-5/8 inches from said end. Said end will provide a visual means of determining whether full insertion of the spigot into the bell has been made during installation. SECTION 7-08.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(4) Plugging Existing Pipe Existing pipes being plugged shall be plugged with concrete at both ends and shall otherwise be in accordance with Section 7-08.3(4) of the WSDOT Standard Specifications. SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(5) Street Restoration James & 2nd Pedestrian Crossing/Holcomb 7 - 5 November 13, 2020 Project Number: 20-3002 Unless otherwise shown on the plans, street restoration shall be in accordance with the following requirements: Where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over a minimum of six inches of crushed surfacing top course or crushed surfacing base course.. The asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 inches greater than the existing section. Where cuts have been made in cement concrete pavement, the Contractor shall reconstruct the trench area with a 6 inch thick cement concrete patch placed on a 6 inch thickness of crushed surfacing top course. In all cases, the cement concrete and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Where there is an existing asphalt overlay over cement concrete pavement, the cement concrete shall be patched to original grade as above and then overlaid with an asphalt concrete patch to existing grade. 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. James & 2nd Pedestrian Crossing/Holcomb 8 - 1 November 13, 2020 Project Number: 20-3002 DIVISION 8 – MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city’s municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Tackifier ............................... 8-01.3(2)E and 9-14.5(7) Seed .................................... 8-02.3(9)B and 9-14.3 Fertilizer ............................... 8-02.3(9)B and 9-14.4 Mulch and Amendments .......... 8-02.3(11)A and 9-14.5 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The Contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other James & 2nd Pedestrian Crossing/Holcomb 8 - 2 November 13, 2020 Project Number: 20-3002 sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer’s review and approval, the following, as necessitated by the work: 1. Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor’s CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants in waters prohibited 3. City of Kent 2017 Surface Water Design Manual James & 2nd Pedestrian Crossing/Holcomb 8 - 3 November 13, 2020 Project Number: 20-3002 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. SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Tackifiers Unless specified otherwise, wood cellulose fiber mulch per Section 9-14(5)10 of the Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be organic tackifier as specified in Section 9-14.5(7)A of the WSDOT Standard Specifications. When specified, tackifiers shall be applied in accordance with the manufacturer's recommendations. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage James & 2nd Pedestrian Crossing/Holcomb 8 - 4 November 13, 2020 Project Number: 20-3002 Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5(2) Payment The unit contract price per each for “Inlet Protection” shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit contract price per hour for “ESC Lead” shall be full pay for all duties outlined in Section 8-01.3(1)B (Erosion and Sediment Control (ESC) Lead) in per hour increments. 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word “provide” means “furnish and install” (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: James & 2nd Pedestrian Crossing/Holcomb 8 - 5 November 13, 2020 Project Number: 20-3002 8-02.1(1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. All plant materials shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A .......................................... 9-14.1(1) Seed ....................................................... 9-14.3 Mulch and Amendments ............................. 9-14.5 Wood Cellulose Fiber ................................. 9-14.5(10) Erosion Control Devices ............................. 9-14.6 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in “Hortus Third” or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.3(5)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(5)A Seeding Area Preparation The Contractor shall excavate planting pits to a depth of three feet below the top of adjacent sidewalks, or adjacent ground if trees are not being planted in sidewalk cutouts. Tree pits shall be about three feet in James & 2nd Pedestrian Crossing/Holcomb 8 - 6 November 13, 2020 Project Number: 20-3002 diameter, and shall be neat and uniform basins around each tree. The Contractor shall then place special planting mixture into the tree basins, bringing to grade about one and one-half foot below the top of the planter by compaction by repeated watering. Refer to Section 8-02.3(4) of the WSDOT Standard Specifications. 8-02.3(9) Seeding, Fertilizing and Mulching SECTION 8-02.3(9)A IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-02.3(9)A Dates for Application of Seed 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 8-02.3(9)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.3(9)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. Either hydroseeding or hand seeding may be used for 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. Seeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hand 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. James & 2nd Pedestrian Crossing/Holcomb 8 - 7 November 13, 2020 Project Number: 20-3002 Seed Mix B shall be used for seeded areas adjacent to grass lawns, sidewalk landscape areas, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical, must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1. Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer’s guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer’s guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified in Section 9-14.3 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 seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically James & 2nd Pedestrian Crossing/Holcomb 8 - 8 November 13, 2020 Project Number: 20-3002 showing Mix A on the plans, or where otherwise directed by the Engineer. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01.3(11)A and 9-14.5. 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 9-14.4 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 lbs/acre of “Mix A” unless otherwise directed by Engineer. Fertilizer 400 lbs/acre Wood Fiber 2,000 lbs/ acre Tackifier 80 lbs/acre SECTION 8-02.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9)D Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. SECTION 8-02.3(9)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: James & 2nd Pedestrian Crossing/Holcomb 8 - 9 November 13, 2020 Project Number: 20-3002 8-02.3(9)E 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 8-02.3(11) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(11) Wood Chip Mulch Wood Chip Mulch shall be placed over all planting beds to a depth of no less than two inches (2”). Thoroughly water and hose down plants with a fine spray to wash the leaves of the plants immediately after application. Wood Chip Mulch shall meet the requirements of Section 9-14.4(3) Wood Chip Mulch of these special provisions and shall be supplied by a Contractor's supplied source, and as approved by the Engineer. SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per lump sum for “Landscape Restoration” constitutes complete compensation for all labor, materials, tools and equipment necessary to place topsoil and wood chip mulch per the thickness specified on the plans as well as hydroseeding or hand seeding, fertilizing and mulching at the locations shown on the plans. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.3 Construction Requirements SECTION 8-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways The City will provide control staking in accordance with Section 1-05.8(6) of the Kent Special Provisions. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. James & 2nd Pedestrian Crossing/Holcomb 8 - 10 November 13, 2020 Project Number: 20-3002 8-04.3(3) Painting of Curbs Concrete curbing shall be painted with two full coats of appropriate color paint (Yellow, Red, or White), using Low VOC Solvent Based Paint conforming to Section 9-34, wide enough to completely cover the concrete curbing without painting adjacent surfaces. Prepare existing curbing to be painted by removing organic material near the curb, scrape off existing loose paint, and clean oil spills. The paint can be applied by brush or spray. The second coat shall have glass traffic paint beads sprinkled in the wet paint at the rate of 12 pounds per 100 linear feet of curbing. The beads shall conform to the requirements of Section 9-34.4. SECTION 8-04.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.4 Measurement The measurement for “Painting Traffic Curb” will be based on the length of painted curb in accordance with Section 8-04.3(3) and accepted by the Engineer. No additional measurement will be made for curbing painted on both sides of the curbing. SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment “Pedestrian Curb” “Cement Concrete Curb and Gutter” The unit contract price per linear foot for the above items shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. The unit contract price per linear foot for “Cement Concrete Extruded Curb, Type 6” 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. Transition from Type 6 to existing mountable curb per the detail shown on the plan shall be included in the cost of this bid item. “Painting Traffic Curb,” per linear foot 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 James & 2nd Pedestrian Crossing/Holcomb 8 - 11 November 13, 2020 Project Number: 20-3002 Standard Plans at locations shown in the Contract or as directed by the Engineer. Removal of existing pavement markers shall be included in the unit bid price for this item unless otherwise specified. Unless otherwise noted, pavement markings shall be installed in strict conformance to Kent Standard Plans 6-73 and/or 6-74. 8-09.3 Construction Requirements SECTION 8-09.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.3(1) Preliminary Spotting The Engineer will provide control points at the locations and intervals determined necessary by the City to assist in preliminary spotting of the lines before the placement of raised pavement markers begins. The Contractor shall be responsible for preliminary spotting of the lines to be marked. Approval by the Engineer is required before the placement of raised pavement markers begins. Preliminary spotting to guide the placement of raised pavement markers is required for all longitudinal lines. Preliminary spotting for each lane of raised pavement markers shall be provided at transition points required by Kent Standard Plan 6-73, RPM Substitution Patterns. SECTION 8-09.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.3(2) Surface Preparation In removing raised pavement markers and plastic traffic buttons, the Contractor shall: 1. Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 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. SECTION 8-09.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.4 Measurement When shown as lump sum in the plans or in the Proposal as removal of raised pavement markers and plastic traffic markings, no specific unit James & 2nd Pedestrian Crossing/Holcomb 8 - 12 November 13, 2020 Project Number: 20-3002 of measurement will apply, but measurement will be for the sum total of all items for a complete removal of the subject items. SECTION 8-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.5 Payment Removal of raised pavement markers and painted and/or thermoplastic traffic markings shall be considered incidental to the Permanent Channelization bid item. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description This work shall also consist of constructing wheel chair ramps at all street intersections, curb return driveways, or other locations in accordance with these specifications and in reasonable close conformity to the dimensions and cross-sections shown in the plans and to the lines and grades as staked by the Engineer. SECTION 8-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.2 Materials Materials for the “Stamped Cement Concrete Sidewalk” shall meet the requirements of the following sections: All cement pigments for coloring the concrete shall be liquid mineral oxide pigments conforming to the requirements of ASTM C979, Standard Specification for Pigments for Integrally-Colored Concrete. Provide Material Safety Data Sheets (MSDS) for all concrete pigment materials used for this Contract. Furnish ONLY one (1) of the following full-depth pigment systems for integrally-colored concrete: 1. L. M. SCOFIELD systems liquid CHROMIX-ML. The full-depth color is to be the equivalent of Davis Colors Tile Red #1117. 2. DAVIS COLORS Hydrotint Aqueous Dispersion. The full-depth color is to be Tile Red #1117. 3. SOLOMON COLORS - SGS ColorFlo Liquid Pigments. The full- depth color is to be the equivalent of Davis Colors Tile Red #1117. 4. Butterfield Color® Uni-Mix® Integral Concrete Colorant - The full-depth color is to be U34 Brick Red. James & 2nd Pedestrian Crossing/Holcomb 8 - 13 November 13, 2020 Project Number: 20-3002 The embossed surface pattern shall be imprinted using Brickform London Cobble Textured Mat #EF-540-S/O or ‘New Brick Running Bond’ pattern from texture mats and touch-up skins available from Butterfield Color, phone 1-800-282-3388, or approved equal. Surface texture shall be achieved using imprinting texture, stencils, detailing tools to create a running bond pattern of new brick shapes with grout lines. Edges shall be sharp. Corners shall be square. Concrete Curing Materials shall be in strict conformance with the written requirements of the manufacturer of the concrete pigment. Furnish one (1) of the following combinations of form release agent and surface sealant for use on the surface of the integrally-colored concrete: 1. L.M. SCOFIELD SYSTEMS Lithotex release agent equivalent to Brickform Antique Release Agent #100 Dark Gray, and WR Meadows Sealtight CS-309-25 clear sealer. 2. DAVIS COLORS compatible release agent equivalent to Brickform Antique Release Agent #100 Dark Gray, and WR Meadows Sealtight CS-309-25 clear sealer. 3. SOLOMON COLORS – BRICKFORM Antique Release Agent #100 Dark Gray, and WR Meadows Sealtight CS-309-25 clear sealer. 4. Butterfield Color® Perma-Shake® Color Hardener – P15 Brick Red; Butterfield Color ® Perma-Cast® Antiquing Release – R19 Russet; Butterfield Color® Clear-Guard™ Cure & Seal 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 Sidewalk broom finish shall conform to the downtown sidewalk standard as shown on Standard Plan 6-36. 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. For curbing and ramps only: 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 James & 2nd Pedestrian Crossing/Holcomb 8 - 14 November 13, 2020 Project Number: 20-3002 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 WSDOT Standard Plan F-45.10-02 and may be formed by adding a manufactured material after the concrete has cured. 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. The following pertains only to Detectable warning surface (DWS)/truncated domes placed on asphalt surfaces. DWS placed on asphalt or an existing surface shall be yellow, non-skid Vanguard ADA Systems - Detectable Warnings or an approved equal and shall be installed by a licensed Vanguard installer per the manufacturers specifications and may not create a vertical discontinuity exceeding 0.25 inches. Thermoplastic or pre-formed will not be permitted. The DWS shall be placed at the back of curb and gutter (except in the mid- block crossing where it shall be in line with the front of the mountable curb) and shall be continuously 2’ wide along curb ramp radii with no gaps. SECTION 5-05.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.4 Measurement “Stamped Cement Concrete Sidewalk” shall be measure per square yard of completed stamped cement 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 “Stamped Cement Concrete Sidewalk” constitutes complete compensation for all materials, labor, tools and equipment necessary to install Stamped Cement Concrete as shown on the plans and in accordance with the Kent Special Provisions. Any other materials including concrete pavement, stamping tools, color hardener, color release agent, sealer, labors, and tools required by the manufacturer to complete the stamped cement concrete shall be considered incidental with the bid item price. All joints and grouting shall be considered incidental with the bid item price. “Cement Concrete Sidewalk,” per square yard “Cement Concrete Sidewalk Ramp Type Parallel A,” per each “Cement Concrete Sidewalk Ramp Type Combination,” per each “Cement Concrete Bicycle Ramp,” per each James & 2nd Pedestrian Crossing/Holcomb 8 - 15 November 13, 2020 Project Number: 20-3002 The unit bid per square yard or per each for the above items constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk and wheelchair ramps as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalks and ramps that are disturbed from sidewalk forms; furnish and install the Detectable Warning Surfaces (DWS) and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation, and Gravel Borrow as required shall be paid for under separate bid items. The unit bid “Detectable Warning Surface,” per square foot constitutes complete compensation for all materials, labor, tools and equipment necessary to supply and install DWS on asphalt pavement as described above per the manufacturers recommendation and in full compliance with ADA requirements. Note: DWS installed in Concrete Curb Ramp Type __ shall be included in the price per ramp and shall not be paid for under this bid item. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL SECTION 8-20.1 IS REVISED AS FOLLOWS: 8-20.1 Description THE SECOND PARAGRAPH IS REVISED TO READ AS FOLLOWS: Unless otherwise noted in the plans, the locations of traffic signal poles, controller cabinets, and street light standards are exact. The locations of junction boxes, conduits and similar appurtenances shown in the plans are approximate; and the proposed locations will be staked or similarly marked by the Contractor and approved by the Engineer. 8-20.2 Materials SECTION 8-20.2(1) IS REVISED BY ADDING THE FOLLOWING TO PARAGRAPH 3, FOLLOWING ITEM 2: 8-20.2(1) Equipment List and Drawings 3. Photometric curve data provided in electronic format IES format files provided on a 3 1/2 inch diskette or CD-ROM disk. 4. Photometric calculations showing that the proposed luminaire meets the minimum street lighting requirements of the City. 5. Catalog Cuts and/or ordering information clearly showing selected luminaire options. 8-20.3 Construction Requirements SECTION 8-20.3(5) IS REVISED AS FOLLOWS: James & 2nd Pedestrian Crossing/Holcomb 8 - 16 November 13, 2020 Project Number: 20-3002 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 trench for conduit shall not be excavated wider than necessary for the proper installation of the electrical conduit. THE FOLLOWING PARAGRAPH IS ADDED AFTER THE SECOND PARAGRAPH: The Contractor shall install 1/4 inch diameter nylon pull rope in all conduit runs. A tracer wire terminating within junction boxes shall be installed in all conduits intended for future use. The tracer wire shall be uninsulated #8 AWG stranded copper. THE FOLLOWING CHANGES APPLY TO THE NUMBERED ITEMS FOLLOWING THE WORDS “Galvanized steel conduit shall be installed at the following locations:” Item 1. Change to read “All State highway roadbed crossings” Item 3. Contents are deleted, leaving it BLANK THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-20.3(8) Wiring All splices in underground illumination circuits and induction loops circuits shall be installed within junction boxes. The only splice allowed in induction loop circuits shall be the splice connecting the induction loop lead in conductors to the shielded home run cable. Splices for illumination circuits, including two way, three way, four way and aerial splices, and splices for induction loop circuits shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) of the Kent Special Provisions to seal each splice individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. SECTION 8-20.3(10) IS REVISED AS FOLLOWS: 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets THE LAST PARAGRAPH OF THIS SECTION IS DELETED IN ITS ENTIRETY. James & 2nd Pedestrian Crossing/Holcomb 8 - 17 November 13, 2020 Project Number: 20-3002 SECTION 8-20.3(14)C IS REVISED AS FOLLOWS: 8-20.3(14)C Induction Loop Vehicle Detectors THE LAST SENTENCE IN ITEM 2 IS REVISED TO READ: Each additional loop installed in the lane shall be on 12 foot centers. ITEM 4 IS REVISED AS FOLLOWS: 4. All content after the first sentence is DELETED. ITEM 9 AND ITEM 10 CONTENTS ARE DELETED, LEAVING THEM BLANK. SECTION 8-20.3(14)C IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THIS SECTION: Loop sealant shall be CrafcoTM Loop Detector Sealant 271, or approved equal. Installation shall conform to the manufacturer’s recommendations. SECTION 8-20.3(14)D IS REVISED AS FOLLOWS: 8-20.3(14)D Test for Induction Loops and Lead-In Cable SPECIFIED TESTS ARE REVISED AS FOLLOWS: Test B – A megger test at 500 volts DC shall be made between the cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 200 megohms. Test C – A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 200 megohms. SECTION 8-20.3(14)E IS REVISED AS FOLLOWS: 8-20.3(14)E Signal Standards ITEM 8 IS REVISED AS FOLLOWS: 8. All tenons shall be field installed using Astro-BracTM AB-3008 Clamp Kits, or pre-approved equal. SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment The per each price for “Junction Box Type 1” constitutes complete compensation for all labor, materials, and equipment necessary or incidental to furnish and install junction boxes including but not limited to excavation, backfill, setting to grade, slip-resistant lids and welding James & 2nd Pedestrian Crossing/Holcomb 8 - 18 November 13, 2020 Project Number: 20-3002 the lids shut at the locations shown on the plans. Any adjustments made prior to the final finished elevation shall be considered incidental. The lump sum contract price for “Electrical Wiring and Connections” constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to furnish and install all wiring, connections, and testing, for the flashing beacons and APS pushbuttons shown on the plans and described in the specifications. New wiring shall connect to the existing 120V receptacle wiring in the existing junction box as shown on the plans. The bid item shall also include furnishing and installing the new circuit breakers and all other electrical components required for fully functional electrical system as shown on the plans and described in these specifications. The unit contract price per each for “Median Rectangular Rapid Flash Beacon” shall constitute complete compensation for all supplies, labor, tools, materials and equipment necessary to furnish and install the three median (Bi-directional) rectangular rapid flashing beacons (RRFB) with a slip base as shown on the plans (except that bi-directional RRFB will be used for all three RRFB in this project), WSDOT Standard Plan IS-22 sheet 2 of 2, and described in the specifications. This bid item shall include but not be limited to: supplying and installing the median (Bi-directional) rectangular rapid flashing beacons, brackets, posts, wiring, conduits, concrete foundations, signs, APS pushbuttons, fittings, brackets, testing, labor and industry inspection, and all other items required for a fully functional system. The bid item price shall include all electrical connections from the Flashing Beacons to the junction boxes. This bid item does not include furnishing and installing pole mounted signs, these will be paid for under the Permanent Signing bid item. Please note, this bid item shall include costs to install and connect the APS pushbutton on a separate post where indicate on the plans. The unit contract price per each for “Pedestrian Pushbutton Metal Post” shall constitute complete compensation for all labor, tools, materials, supplies necessary to install a new accessible breakaway pedestrian pushbutton post with breakaway foundation as shown on the plans and WSDOT specifications. This bid item shall include but not be limited to: new concrete foundation, furnish and install new post. The unit contract price per lineal foot for “Conduit Pipe 2 Inch Diameter Schedule 80 PVC” shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the conduit at the locations shown on the plans and described in the specifications. The bid item price shall include but is not limited to: trench excavation, additional excavation to ensure 6” cover between gas and conduit as shown on the plans, unsuitable material excavation, hauling and disposal, dewatering, cleanup, backfilling and compaction, fitting, testing, surface restoration, and connection to junction boxes and vaults. The unit contract bid price per ton for “Sand for Conduit Bedding” shall constitute complete compensation for all materials, equipment, tools James & 2nd Pedestrian Crossing/Holcomb 8 - 19 November 13, 2020 Project Number: 20-3002 and supplies necessary to furnish and install the sand for bedding the conduit as shown on the plans and as specified herein. 8-21 PERMANENT SIGNING 8-21.3 Construction Requirements SECTION 8-21.3(4) IS REVISED BY DELETING THE 4TH SENTENCE AND BY ADDING THE FOLLOWING: 8-21.3(4) Sign Removal Wood signs, wood sign posts, wood structures, metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of the City. The Contractor shall bundle and band the signs, and deliver the signs to the Sign Shop at the City Maintenance Facility located at 5821 South 240th Street (a.k.a. West James Street). All signs shall be delivered to the Sign Shop prior to physical completion of the project. The Contractor shall be charged $2.00 per square foot for any signs that are lost or are rendered unusable as signs by the Contractor’s operation. Also see Section 2-02.3 of the Kent Special Provisions. SECTION 8-21.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3(5) Sign Relocation Relocated signs shall be installed on new wood posts unless otherwise specified on the plans, or by the Engineer. SECTION 8-21.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.5 Payment The unit contract price per lump sum for “Removal of Traffic Signs” constitutes complete compensation for all labor, materials, supplies and equipment necessary to remove, dispose, salvage, or deliver the traffic signs and post shown on the plans and described in the specifications. The unit contract price per lump sum for “Permanent Signing” constitutes complete compensation for all labor, materials, supplies and equipment necessary to deliver and install the traffic signs shown on the plans and described in the specifications. This bid item shall also include remove and relocate one sign as shown on the plans as well as rotating the existing banner on existing post. This bid item shall include all street signs shown on WSDOT Standard Plan IS-22 and IS-23. 8-22 PAVEMENT MARKING SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description James & 2nd Pedestrian Crossing/Holcomb 8 - 20 November 13, 2020 Project Number: 20-3002 THE TEXT UNDER CROSSWALK STRIPE IS REPLACED WITH THE FOLLOWING: A series of pairs of parallel SOLID WHITE lines, 8-feet long, 8 inches wide, aligned parallel with the direction of traffic, with an 8 inch space between the lines. Pairs are located as shown in Kent Standard Plan 6-75. THE TEXT UNDER TWO WAY LEFT TURN STRIPE IS REPLACED WITH THE FOLLOWING: A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4 inch space. The broken or “skip” pattern shall be based upon the City’s 12-foot line and a 30-foot space, except where the existing paint markings use a different pattern in which case the existing pattern will be used. The solid line shall be installed to the right of the broken line in the direction of travel. THE FOLLOWING NEW PAVEMENT MARKING IS ADDED: Yellow Painted Curb A SOLID YELLOW stripe, just wide enough to completely cover the concrete curbing. SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Type A (Liquid Hot Applied Thermoplastic) plastic material shall be used when applying the following pavement markings.  Crosswalk Lines  Stop Lines Type A plastic material shall be BC2000 series or approved equal meeting the requirements of Section 9-34 and the following requirements. Type A plastic materials shall be capable of being applied at a temperature between 375 °F to 450 °F (190 °C to 230 °C) and to the required thickness without excessive overspray, running or deformation of the edges. Type A plastic materials shall be capable of bearing traffic within 5 minutes after application, 10 minutes when pavement surface temperature is at or above 130 °F(54°C), and show no deformation or flaking at temperatures between –10 °F to 140 °F (–23 °C to 60 °C). The marking compound shall contain glass beads and shall have top dressing of glass beads applied. Type D (Liquid Cold Applied Methyl Methacrylate) plastic material shall be used when applying the following pavement markings.  Profiled Plastic Skip Lane lines  Plastic Wide lane lines Type D plastic material shall meet the requirements of Section 9-34. Glass beads shall be as recommended by the material manufacturer. James & 2nd Pedestrian Crossing/Holcomb 8 - 21 November 13, 2020 Project Number: 20-3002 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. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. 8-22.3(3)B Line Patterns Profiled and Embossed plastic lines shall be constructed in accordance with the WSDOT Standard Plan M-20.20-02. Unless otherwise noted, James & 2nd Pedestrian Crossing/Holcomb 8 - 22 November 13, 2020 Project Number: 20-3002 pavement markings shall be installed in strict conformance to Kent Standard Plans 6-74. Skip Lane Line - A broken white line 4 inches wide to delineate adjacent lanes traveling in the same direction. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Wide Lane Line - A solid white line 8 inches wide used for delineation at ramp connections, to separate left and right turning movements from through movements, to separate bicycle lanes from general purpose lanes, for traffic islands, hash marks, chevrons, and other applications. Crosswalk Stripe A series of pairs of parallel SOLID WHITE lines, 8-feet long as shown in Kent Standard Plan 6-75. SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8-09.3(1) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION 8-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement James & 2nd Pedestrian Crossing/Holcomb 8 - 23 November 13, 2020 Project Number: 20-3002 Profiled Plastic Skip Lane Line, Profiled Plastic Wide Line, and Plastic Stop Line (24 inch wide) shall be measured by the completed linear foot. The measurement for all painted stripes will be based upon a marking system capable of simultaneous application of two 4-inch lines with one 4-inch space between the two lines. No deduction will be made for the unmarked area when the pavement marking includes a skip stripe; and no additional measurement will be allowed when more than one line can be installed on a single pass of the marking system. Measurement of raised pavement markers will be units of one hundred for each type of marker furnished and set in place. SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the Proposal: The unit contract price per lump sum for “Permanent Channelization” constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install permanent channelization at the locations shown on the plans and described in the specifications including but not limited to, temporary pavement marking – short duration, Profiled Plastic Skip Lane Line, Profiled Plastic Wide Line, Plastic Stop Line (24 inch wide), Plastic Crosswalk Line, Raised Pavement Markers per Kent Standard plan 6-74. All costs for removal of raised pavement markers and painted and/or thermoplastic traffic markings shall be included in this bid item. 8-23 TEMPORARY PAVEMENT MARKINGS THE FIRST PARAGRAPH OF SECTION 8-23.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.1 Description The work shall consist of furnishing, installing and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the plans and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Edge lines shall be installed unless otherwise specified in the Contract. James & 2nd Pedestrian Crossing/Holcomb 8 - 24 November 13, 2020 Project Number: 20-3002 DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-28 POTHOLE UTILITIES 8-28.1 Description This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. If the cement concrete being potholed will be replaced as part of this contract, the contractor my follow the backfill requirements for asphalt concrete pavement or as directed by the Engineer. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment The contract price per each for “Pothole Utilities” constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of providing all posts, braces, and hardware and installation and maintenance of City-furnished project signs where shown in the plans or where directed by the Engineer. Contractor shall pick up signs at the City Maintenance Shop on West James Street, telephone 253-856-5600. Contractor shall provide two weeks notice to the Shops prior to installation to schedule pickup. All project signs James & 2nd Pedestrian Crossing/Holcomb 8 - 25 November 13, 2020 Project Number: 20-3002 become the property of the City at the end of the project, and the Contractor shall return project signs to the same facility when so directed by the Engineer. 8-30.2 Materials Sign shall be 4 feet high by 8 feet wide laminated vinyl face and securely mounted on Dibond aluminum panel or approved equal. Sign posts shall be 4 inch x 6 inch Fir. 8-30.3 Construction Requirements 8-30.3(1) Erection of Posts All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-30.3(2) Design A Three (3) vertical 4 inch x 4 inch Fir posts shall be attached to the sign board. Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.3 Installation Fasten two (2) vertical 4 inch x 6 inch Fir posts evenly spaced at the back of the sign board. Posts shall be of break-away design with no more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.4 Measurement Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs, as determined by the Engineer, shall be deemed noncompliance with this Specification. 8-30.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when included in the Proposal: The unit contract price per each for “Project Sign Installation” constitutes complete compensation for furnishing all labor and materials, to pick up sign(s) from the City Shops, installation and maintenance of project sign(s) for the life of the project and removal and delivery of sign(s) back to the City Shops. Failure to adequately maintain and return project signs to the City Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer’s discretion. James & 2nd Pedestrian Crossing/Holcomb 9 - 1 November 13, 2020 Project Number: 20-3002 DIVISION 9 – MATERIALS 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2 Topsoil SECTION 9-14.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2(1) Topsoil Type A Topsoil Type A (Compost Amended Planting Soil) shall consist of 50 – 67% sand and/or sandy loam and 33 – 50% composted organic material by volume. Total organic matter shall be at least 5% by dry weight for areas where turf will be installed, and at least 10% by dry weight for all other landscape areas. Organic matter shall be determined by Loss-on-Ignition test. Acceptable tests include the most current version of ASTM D2974 “Test Methods for Moisture, Ash, and Organic Matter of Peat and Other Organic Soils,” and TMECC 05.07A “Loss-On-Ignition Organic Matter Method.” Compost-Amended Planting soil shall not contain any viable seeds or roots capable of sprouting any State-listed noxious weed, or invasive root-propagating plants including but not limited to horsetail, ivy, clematis, knotweed, Scot’s broom, reed canary grass, Himalayan blackberry, etc. Soil found to contain these prohibited viable plant materials shall be removed and replaced at the Contractor’s expense. A. The soil shall meet the following requirements. 1. The mixed soil shall meet the following gradation: Screen Size * Percent 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 9-14.5(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. James & 2nd Pedestrian Crossing/Holcomb 9 - 2 November 13, 2020 Project Number: 20-3002 E. Site specific soil testing (after placement of material) may be required for projects requiring more than 50 cubic yards of compost-amended planting soil A Contractor provided accredited laboratory approved by the Engineer shall make recommendations for amendments required for optimum growth at no cost to the owner. The Contractor will be allowed five (5) Working Days to complete the testing from the time of written notice given by the Engineer. F. A sample of the compost amended planting soil shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application. SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Seed Hydroseed: Seed shall be “Blue Tag” or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix A (Roadside and Erosion Control Grass): Weight Proportion Seed Mix “A” Ingredient Min. % Pure Seed Min. % Germination Max. % Weed Seed 40% Perennial Ryegrass 98% 90% 0.5% 40% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bentgrass 98% 90% 0.5% 10% White Dutch Clover (Pre-inoculated) 98% 90% 0.5% Mix B (Landscaped Area Grass): Weight Proportion Seed Mix “B” Ingredient Min. % Pure Seed Min. % Germination Max. % Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewings Fescue 95% 90% 0.5% 40% Perennial Ryegrass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual Ryegrass 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 James & 2nd Pedestrian Crossing/Holcomb 9 - 3 November 13, 2020 Project Number: 20-3002 upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4 Fertilizer 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 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. 9-14.5 Mulch and Amendments SECTION 9-14.5(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.5(3) Wood Chip Mulch All references in the plans and specifications to mulch shall be Wood Chip mulch. Wood Chip mulch shall be medium grade composted ground fir or hemlock bark. The bark shall be uniform in color, free from weed seeds, sawdust and splinters. The mulch shall not contain resin, tannin, wood fiber or other compounds detrimental to plant life. The moisture content of bagged mulch shall not exceed 22%. The acceptable size range of wood chip mulch material is ½” to 1” with maximum of 20% passing the ½” screen. 9-28 SIGNING MATERIALS AND FABRICATION SECTION 9-28.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.1 General All signs shall be reflectorized except for City Project Signs. ALL PERMANENT SIGNS, EXCEPT “NO PARKING ANYTIME” SIGNS SHALL HAVE VIP SIGNS AND CLASS A TEMPORARY DIAMOND GRADE RETRO- REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE PLANS. “NO PARKING ANYTIME” signs shall have engineer grade retro- reflectorized sheeting. James & 2nd Pedestrian Crossing/Holcomb 9 - 4 November 13, 2020 Project Number: 20-3002 9-28.14 Sign Support Structures SECTION 9-28.14(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.14(2) Steel Structures and Posts Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall thickness shall be as specified in the plans or Standard Plans. All other structural steel for sign bridge structures and cantilever sign structures shall conform to ASTM A 36. Truss member connection hardware shall conform to Section 9-06.5(3). Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural steel for bridge mounted sign brackets shall conform to ASTM A 36. U bolts, and associated nuts and washers, shall be stainless steel conforming to Section 9-28.11, and shall be fabricated hot. Anchor rods, nuts and washers for sign bridge structure foundations shall conform to Section 9-06.5(4). Anchor rods for cantilever sign structure foundations shall conform to ASTM F 1554 Grade 104, including the appropriate supplemental requirements for grade and manufacturer’s identification, and charpy impact testing (15 foot- pounds minimum at 40F). Nuts and washers for cantilever sign structure foundations shall conform to AASHTO M 291 Grade DH and AASHTO M 293, respectively. Anchor rods for sign bridge structures and cantilever sign structures shall be galvanized after fabrication a minimum of 1’-0” at the exposed end in accordance with AASHTO M 232. Anchor rod templates shall conform to ASTM A 36, but need not be galvanized. Steel sign structures and posts shall be galvanized after fabrication in accordance with AASHTO M 111, unless noted otherwise in the plans. All bolts, nuts, and washers shall be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise specified in the plans or Kent Special Provisions, metal surfaces shall not be painted. Minor fabricating and modifications necessary for galvanizing will be allowed if not detrimental to the end product as determined by the Engineer. If such modifications are contemplated, the Contractor shall submit to the Engineer, for approval six copies of the proposed modifications, prior to fabrication. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE BEGINNING OF THIS SECTION: James & 2nd Pedestrian Crossing/Holcomb 9 - 5 November 13, 2020 Project Number: 20-3002 9-29.1 Conduit, Innerduct, and Outerduct Unless otherwise specified on the Street Lighting or Traffic Signal Plans, all conduits for street lighting, traffic signals and traffic signal interconnect cables for projects within the city limits of Kent shall be Schedule 80 PVC conduit, minimum size 2 inches. 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes SECTION 9-29.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THESE SECTIONS: 9-29.2(1)A Standard Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. 9-29.2(1)B Heavy-Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable SECTION 9-29.3(2)I IS REVISED AS FOLLOWS: 9-29.3(2)I Twisted Pair Communication Cable Replace “AWG 22” with “#AWG 19”. THE LAST SENTENCE IN THE FIRST PARAGRAPH HAS BEEN REVISED TO READ AS FOLLOWS: This cable shall be filled with a gel compound to resist water penetration and migration unless otherwise specified by the plans. 9-29.6 Light and Signal Standards SECTION 9-29.6(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRPH AT THE BEGINNING OF THIS SECTION: 9-29.6(2) Slip Base Hardware Unless otherwise specified on the Street Lighting Plans, street light standards shall not have slip bases. SECTION 9-29.6(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 9-29.6(5) Foundation Hardware Breakaway supports for street light standards shall conform to Precisionform Inc. model PFI 200-1A Breakaway Supports, or approved equal. James & 2nd Pedestrian Crossing/Holcomb 9 - 6 November 13, 2020 Project Number: 20-3002 SECTION 9-29.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-29.6(6) Aluminum Light Standards Pole shafts shall be constructed of seamless extruded tubes of 6063 aluminum alloy per ASTM B221 and shall be full-length heat treated after welding on the base flange to T-6 temper. The shaft shall be free of longitudinal welds. The pole shaft cap, when required, shall be cast aluminum 443 or 356F aluminum alloy and attached utilizing stainless steel screws. Pole base flanges shall be one piece cast socket of aluminum alloy 356 per ASTM B 26 or B108. The base flange shall be joined to the pole shaft by means of complete circumferential welds; externally at the top of the flange and internally at the bottom of the shaft tube. Single arm members shall be tapered and ellipsized from 6063-T6 aluminum alloy tubing. Arms shall be welded to an extruded mounting plate of 6063-T6 aluminum alloy and attached to the pole shaft by means of four 1/2 inch diameter stainless steel bolts, nuts and washers. A grommeted 1 1/4 inch cable entry (1 inch I.D. rubber grommet) shall be provided in the pole shaft at the arm mounting location. Arms shall have 2 inch N.P.S. slipfitters at least 8 inches in length. 9-29.12 Electrical Splice Materials SECTION 9-29.12(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(1) Illumination Circuit Splices Aerial splices may employ split bolt connectors. Below grade splices and taps shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. They shall employ the following moisture-blocking insulation. ScotchTM 2200/2210 Vinyl Mastic products, followed by an overwrap with a minimum of two half-lapped layers of vinyl plastic electrical tape, and a final layer of consistently- applied ScotchkoteTM 054007-14853 Electrical Coating. SECTION 9-29.12(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(2) Traffic Signal Splice Material Induction loop splices shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. Equipment and methods shall be as recommended by the manufacturer of the splicing materials. Each solderless crimp connector splice shall be wrapped with Scotch™#06147 Electrical Moisture Sealant, or approved equal. SECTION 9-29.13 IS REVISED BY REPLACING THE LAST SENTENCE WITH THE FOLLOWING: James & 2nd Pedestrian Crossing/Holcomb 9 - 7 November 13, 2020 Project Number: 20-3002 9-29.13 Control Cabinet Assemblies Traffic Signal Control Cabinet Assemblies shall meet the requirements of NEMA TS2 Specification. SECTION 9-29.13(1) IS REVISED BY REPLACING THE THIRD SENTENCE WITH THE FOLLOWING: 9.29.13(1) Environmental, Performance, and Test Standards for Solid-State Traffic Controller Assemblies NEMA control assemblies shall meet or exceed current NEMA TS 2 Environmental Standards. SECTION 9-29.13 (2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9.29.13(2) Traffic Signal Controller Assembly Testing Each traffic signal controller assembly shall be tested as follows. The Contractor shall: 1. Prior to shipping, arrange controller cabinet testing with City of Kent Transportation. 2. If the traffic signal control assembly passes all testing, the Contractor will be notified the cabinet is ready for pick-up. 3. If the traffic signal control assembly fails testing, the Contractor has 7 calendar days to repair or replace the failed components. Once all repairs are completed, the testing will resume. SECTION 9-29.13(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 9.29.13(3) Traffic Signal Controller The traffic-actuated controller for all City traffic signals shall be a Econolite Corp. Cobalt Controller. SECTION 9-29.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9.29.13(4) Traffic-Signal Controller Software Controller shall be provided with the most current software release that operates fully with the City’s Cental System Software. Current version of controller maintenance and operation documentation shall be provided with each controller in an electronic format. SECTION 9-29.13(5) IS REVISED AS FOLLOWS: 9-29.13(5) Flashing Operations ADD THE FOLLOWING TO THE END OF THE FIRST PARAGRAPH: James & 2nd Pedestrian Crossing/Holcomb 9 - 8 November 13, 2020 Project Number: 20-3002 When the cabinet is commanded to Flashing mode, the DC supply voltage shall be removed from all loadswitches. The flash transfer relays shall be de-energized during flashing operations. REPLACE THE LAST SENTENCE IN ITEM 2 WITH THE FOLLOWING: When the flash-automatic switch is changed to the automatic position, the controller shall resume normal automatic operation with the display and timing as it existed before the flash mode was enabled. DELETE THE SECOND SENTENCE IN ITEM 3. DELETE ITEM 4 IN ITS ENTIRETY. REVISE ITEM 5 BY DELETING “at the beginning of major street green” IN THE LAST SENTENCE. SECTION 9-29.13(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THE SECTION: 9-29.13(7) Wiring Diagrams The cabinet wiring drawing shall also be provided in AutoCAD v2008 file. All cabinet wiring, and layout shall fit on (1) E1 size sheet, multiple pages shall not be allowed. Component cut sheets and equipment operating manuals shall be provided for devices used within the controller cabinet. SECTION 9-29.13(10)A IS REVISED AS FOLLOWS: 9-29.13(10)A Auxiliary Equipment for NEMA Controllers ITEM 2 IS REPLACED WITH THE FOLLOWING: 2. Type P-1 controller cabinets shall include a fully-wired 16-position back panel / load bay. Printed circuit-type load bay design is not acceptable. The load bay shall be of the tilt down style requiring no tools to swing it down; giving access to the back of the load switches and all wiring behind the load bay. The cabinet shall include the following additional components: twelve solid- state load switches that conform to NEMA TS-2 specifications, sixteen 4 channel half width detectors (Eberle Design, Inc Model LMD624H or Reno A+ETM Model Y/2-200-ss or approved equal), one TS2 Cabinet Power Supply rated at 5Amps (Eberle Design, Inc Model PS250 or approved equal), six TS2 half width Bus Interface Units (Eberlie Design, Inc Model BIU700H or approved equal), One Opticom phase selector (Global Traffic Technologies Model 764 or approved equal), twelve red output jumpers to short pin 1 to pin 3 on the loadswitch sockets and auxiliary accessories to provide a complete and functional traffic signal control system. James & 2nd Pedestrian Crossing/Holcomb 9 - 9 November 13, 2020 Project Number: 20-3002 ITEM 3c. IS SUPPLEMENTED AT THE END WITH THE FOLLOWING: A minimum of twenty AC neutral termination points shall be available for field wire termination in the lower portion of the cabinet. ITEM 3f. IS SUPPLEMENTED AT THE END WITH THE FOLLOWING: A minimum of ten earth ground unused termination points shall be available for field wire termination in the lower portion of the cabinet. ITEM 4 IS REPLACED WITH THE FOLLOWING: 4. A police panel located behind the police panel door shall be equipped with a flash-automatic switch. See Section 9-29.13(5) (above) for operational requirements. ITEM 5 IS REPLACED WITH THE FOLLOWING: 5. An auxiliary control panel located inside the controller cabinet with a Flash-Automatic switch, a Controller On-Off switch, and a Stop Time switch. The Flash-Automatic switch shall put the signal on Flash without applying Stop Time. The Stop Time switch shall provide for application of stop time or disabling ALL other stop time inputs. A ground fault interrupter-protected double outlet shall also be provided on the panel. The panel shall be side or bottom-hinged. ITEM 6 IS REPLACED WITH THE FOLLOWING: 6. The conflict monitor shall be a Eberle Design Inc. EDI MMU2- 16LE(ip), or approved equal. See Section 9-29.13(2) of the Kent Special Provisions for operational requirements. The unit shall monitor conflicting signal indications at the field connection terminals. The unit shall be wired in a manner such that the signal will revert to Flash if the conflict monitor is removed from service and the cabinet door is closed. Supplemental resistor loads, not to exceed 10 watts per monitored circuit, shall be provided to prevent monitor actuation caused by dimming or lamp burnout. Supplemental loads shall be installed on the control side of the field terminals, for the odd numbered phases and overlaps. DELETE ITEM 7 IN ITS ENTIRETY. ITEM 10 IS SUPPLEMENTED WITH THE FOLLOWING PARAGRAPH AT THE END: 10. No more than one wire shall be permitted per crimped terminal lug. All terminals shall be identified in conformance to the cabinet wiring diagram. All equipment input and output functions shall be terminated on terminal blocks for easy access. The cabinet shall contain a spare door indicator switch (normally closed contacts) which will be wired to a terminal block for future use. James & 2nd Pedestrian Crossing/Holcomb 9 - 10 November 13, 2020 Project Number: 20-3002 SECTION 9-29.13(10)C IS REVISED AS FOLLOWS: 9-29.13(10)C NEMA Controller Cabinets ITEM 1 IS REPLACED WITH THE FOLLOWING: 1. The controller cabinet shall be a 44-inch wide Type P-1 and shall be constructed of aluminum. Cabinets shall be finished inside with an approved finish coat of exterior white enamel. The outside of the aluminum cabinet shall be unfinished. ITEM 2 IS REPLACED WITH THE FOLLOWING: 2. The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, or rotating or relocating one device to remove another. The cabinet shall be provided with two (2) shelves that are reinforced with a welded V channel, fabricated from 5052- H32 0.125-inch thick aluminum with double flanged edges rolled front to back. Slotted or round holes shall be provided on front and back flanges for the purpose of tying off wire bundles. One detector rack shall support (16) channels of loop detection, (1) Buss Interface Unit (BIU) and (4) channel of Opticom™. This rack shall be capable of using half width 4-channel loop amplifiers, half width Buss Interface Unit (BIU) and both two channel or four channel Opticom™ cards. The other three detector racks shall support (16) channels of loop detection using half width 4-channel loop amplifiers and one (1) half width Buss Interface Unit (BIU). 9-29.16 Vehicular Signal Heads, Displays, and Housing SECTION 9-29.16(2)A IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.16(2)A Optical Units 1. Light emitting diode (LED) light sources are required for all signal displays. a. Wattage (maximum): 35 watts. b. Voltage: The operating voltages shall be between 85 VAC and 130 VAC. c. Temperature: Temperature range shall be –35 C to +70 C. d. LED Types: Red balls shall be DialiteTM, part number 433- 1210-003XL15, or approved equal; red arrows shall be DialiteTM, part number 432-1314-001XOD15, or approved equal; green balls shall be DialiteTM, part number 433-2220- 001XL15, or approved equal; green arrows shall be DialiteTM, part number 432-2324-001XOD15, or approved equal; yellow balls shall be DialiteTM, part number 433-3230-901XL15, or approved equal; yellow arrows shall be DialiteTM, part number 431-3334-901XOD15 or approved equal. James & 2nd Pedestrian Crossing/Holcomb 9 - 11 November 13, 2020 Project Number: 20-3002 e. Enclosure: The enclosure for the LEDs and associated circuitry shall be dust and water-resistant. f. Lens: The lens shall be a polycarbonate lens. The lens shall be free from bubbles, flaws, and other imperfections and shall not be diffused. g. Warranty: A fifteen-year written manufacturer’s warranty from date of installation on parts and materials will be provided. h. Label: A label shall be provided on the LED housing. The Contractor shall mark the label with a permanent marker to note the installation date. SECTION 9-29.16(2)B MODIFIES THE 3RD AND 4TH SENTENCES IN THE FIFTH PARAGRAPH AS FOLLOWS: 9-29.16(2)B Signal Housing In the third sentence of paragraph 5, all words following the words “stabilized polycarbonate plastic” shall be deleted. The fourth sentence in paragraph 5 is replaced with “Visors shall be flat black in color inside and shall be dark green on the outside.” SECTION 9-29.16(3) POLYCARBONATE TRAFFIC SIGNAL HEADS IS DELETED IN ITS ENTIRETY. SECTION 9-29.19 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.19 Pedestrian Push Buttons Where noted in the contract, pedestrian push buttons of substantially tamper-proof construction shall be furnished and installed. They shall consist of a 2-inch nominal diameter plunger and be ADA compliant. ADA push buttons shall be Campbell Company, AdvisorTM (AGPS) or Campbell Company, GuardianTM type assemblies or approved equal. The pedestrian push button assembly shall be constructed as shown in the plans. The assembly shall be constructed so that it will be impossible to receive an electrical shock under any weather conditions. SECTION 9-29.20 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.20 Pedestrian Signals Pedestrian signals shall be (filled in) Hand/Man with Countdown Display, containing LED type optics only. Countdown pedestrian signals shall be (Gelcore part number PS7-CFF1-01A-18 or approved equal). SECTION 9-29.21 IS REVISED AS FOLLOWS: 9-29.21 Flashing Beacon James & 2nd Pedestrian Crossing/Holcomb 9 - 12 November 13, 2020 Project Number: 20-3002 Delete the words “12 inch yellow displays shall be dimmed 50% after dark”. Refer to WSDOT standard plan IS-22 (sheet 2) for median (Bi- directional) rectangular rapid flashing beacon. 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. SECTION 9-29.24(2) IS REVISED AS FOLLOWS: 9-29.24(2) Electrical Circuit Breakers and Contactors REPLACE THE SECOND PARAGRAPH WITH THE FOLLOWING: Mercury contactors shall not be permitted. SUPPLEMENT THE END OF THIS SECTION WITH THE FOLLOWING THREE PARAGRAPHS: Electrical service will be 120 / 240 volts, 60 Hz. AC where and as noted on the Street Lighting and/or Traffic Signal Plans, and include a meter base to allow installation of a power meter. Service conductors shall be stranded copper wires. The smallest service wire shall be #2 AWG USE from the Puget Sound Energy (PSE) connection to the service cabinet. The electrical service cabinet and service point shall be installed by the Contractor where shown on the Street Lighting and/or Traffic Signal Plans. The service panel shall consist of a 2 pole, 240 VAC, 100 amp Main Breaker for control of all power. The panel shall be equipped with a single 1 pole, 120V, 30 amp branch breaker for a traffic signal, four 2 pole, 240 VAC, 20 amp branch breakers for the lighting circuits, a single 1 pole, 120 VAC, 15 amp lighting control breaker, and a single 1 pole, 120 VAC, 20 amp breaker for the GFI receptacle. See Kent Standard Plan 6-96 for service cabinet information. The service panel shall include a switch to bypass the photocell for street light testing. The electrical service cabinet shall be weather tight. The cabinet shall be equipped with a blue core BestTM lock in the cabinet door. See Kent Standard Plans 6-96 for additional information. SECTION 9-29 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-29.26 Traffic Signal Battery Backup Power Unit James & 2nd Pedestrian Crossing/Holcomb 9 - 13 November 13, 2020 Project Number: 20-3002 1. Features: Insert new feature specifications. 9-34 PAVEMENT MARKING MATERIALS 9-34.4 Glass Beads for Pavement Marking Materials IN THE THIRD PARAGRAPH, THE TABLE TITLED “METAL CONCENTRATION LIMITS” IN SECTION 9-34.4 IS REVISED WITH THE FOLLOWING: Metal Concentration Limits Element Test Method Max. Parts Per Million (ppm) Arsenic EPA 3052 SW-846 6010C 10.0 Barium EPA 3052 SW-846 6010C 100.0 Cadmium EPA 3052 SW-846 6010C 1.0 Chromium EPA 3052 SW-846 6010C 5.0 Lead EPA 3052 SW-846 6010C 50.0 Silver EPA 3052 SW-846 6010C 5.0 Mercury EPA 3052 SW-846 7471B 4.0 James & 2nd Pedestrian Crossing/Holcomb A - 1 November 13, 2020 Project Number: 20-3002 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 6-33 Cement Concrete Curbs 6-34 Curb and Sidewalk Joint Example 6-35 Expansion and Contraction/Control Joints 6-36 Downtown Sidewalk 6-74 Typical Lane Markings 6-75 Thermoplastic Crosswalk Markings 6-82a Sign Post Installation Type A 6-82b Sign Post Base Plate Installation Type B 6-90 Junction Box and Street Light Wire Runs 6-91 Street Light Trench for Conduit Runs COMBINED CURB AND GUTTER1/2"R12"6"5 1/2" 6"12" 1 " R 1 " R 1"6"12" 24"12"3 1/2"2"10"4"6 1/2"CURB TRANSITION NOTES: 1.CONCRETE CLASS 3000. TYPICAL, UNLESS WITHIN DRIVEWAY SECTION, SEE DRIVEWAY STANDARD PLANS. 2.ROLLED CURB MAY ONLY BE USED WITHIN A CUL-DE-SAC OR ON A PRIVATE STREET. 3.IN ROADWAY SECTIONS WITH SUPER ELEVATION, THE GUTTER PAN WILL MATCH THE ADJACENT PAVEMENT SLOPE. 4.DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. CONSTRUCTION TOLERANCE SHALL BE 1% MIN AND 2% MAX. 5.FORMS SHALL BE STEEL UNLESS OTHERWISE APPROVED. FORMS SHALL BE SET TRUE TO LINE AND GRADE AND SECURELY STAKED PRIOR TO CONCRETE PLACEMENT. COMBINED CURB AND GUTTER ROLLED CURB SIDEWALK 5"1"6"10" 2 1/2"2 1/2"1 1 /2 "R1 1/2"R1"R1"R EXTRUDED CURB PAVEMENT NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 1% MIN. - 2% MAX. 1.5% 9"EDGE OF TRAFFIC LANE12"R13"RFULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL 1 / 2 " R MAINTAIN FLOW LINE WITHOUT VERTICAL LIP BETWEEN GUTTER AND CURB 6"12"1"6"VARIES1 1/2"R1 1/2"3"8" EXTRUDED CURB UNDER GUARDRAIL NOTE: FACE OF CURB SHALL NOT EXTEND BEYOND THE FACE OF GUARDRAIL TOWARD THE TRAFFIC LANE 18" 6" ROLLED CURB24" 4" MAINTAIN EDGE OF CONCRETE CURB + SLOPE = 1 / 2 " - SLOP E = 1 " EPOXY ADHESIVE FOR FRESH CONCRETE 6"12"1"6"DRIVEWAYADA RAMP 5'-0" HAND TROWELED TAPER SECTION 2% MAX.1.5% MAX. GUTTER SHALL BE 8" THICK AND REINFORCED WHEN INSTALLED NEAR COMMERCIAL DRIVEWAYS C OF CURBL SEE NOTE 4 1/2" FOR POSITIVE SLOPE 1" FOR NEGATIVE SLOPE 4" THICK SIDEWALK SECTION A-ANOTES: 1.AN EXPANSION JOINT CONSISTING OF 3/8" x FULL DEPTH OF PREMOLDED JOINT MATERIAL SHALL BE PLACED AROUND FIRE HYDRANTS; POLES, POSTS, AND UTILITY CASTINGS AND ALONG WALLS OR STRUCTURES IN PAVED AREAS. JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS OF AASHTO M33 (ASTM D994). 2. AN EXPANSION JOINT CONSISTING OF 3/8" x FULL DEPTH OF PREMOLDED JOINT MATERIAL SHALL BE PLACED IN CURBS AND SIDEWALKS AT 150 FOOT MAX. INTERVALS, AT SIDES OF DRAINAGE INLETS AND AT P.C. AND P.T. OF CURB RETURNS, WHEN CURBS AND/OR SIDEWALKS ARE PLACED BY SLIP-FORMING, A PREMOLDED STRIP UP TO 1/2" THICK AND UP TO FULL DEPTH MAY BE USED. 3.EXPANSION JOINTS IN SIDEWALK SHALL BE LOCATED SO AS TO MATCH THE JOINTS IN THE CURB WHETHER SIDEWALK IS ADJACENT TO CURB OR SEPARATED BY PLANTING STRIP. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 6.INTERFACE BETWEEN CURB AND ADJACENT SIDEWALK ON INTEGRAL POUR CONSTRUCTION SHALL BE FORMED WITH 1/4" RADIUS EDGING TOOL. ON SEPARATE POUR INSTALL BOND BREAK JOINT MATERIAL FULL DEPTH BETWEEN THE CURB OR THICKENED EDGE, ADA RAMP AND THE ADJACENT SIDEWALK. 7.ACCESS COVERS, JUNCTION BOXES, CABLE VAULTS AND OTHER APPURTENANCES WITHIN THE SIDEWALK LIMITS MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING SIDEWALK. SUCH APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS. CB CB 4. CONTRACTION/CONTROL JOINTS CONSISTING OF 1/4" WIDE x 25% SLAB DEPTH SHALL BE TOOLED INTO CONCRETE FINISH AND SHALL BE MADE IN SIDEWALK AT FIVE FOOT INTERVALS, INTERMEDIATE TO THE EXPANSION JOINTS. 5. AS ALTERNATIVE TO EXPANSION JOINTS AROUND STRUCTURES, REINFORCING BARS MAY BE EMBEDDED IN CONCRETE ON FOUR SIDES OF STRUCTURES. CURB RAMP OR DRIVEWAY AA SEE KENT STANDARD PLAN SECTION 5 FOR ADDITIONAL CB GRATE REQUIREMENTS FULL WIDTH ADA DETECTABLE WARNING SURFACE (TYP.) 1/4" WIDE x 25% SLAB DEPTH (1" MIN.) CONTRACTION/CONTROL JOINT (TYP.) SEE NOTE 4 1/4" WIDE x 25% SLAB DEPTH (1" MIN.) CONTRACTION/CONTROL JOINT (TYP.) SEE NOTE 4 LEGEND: BOND BREAK JOINT EXPANSION JOINT CONTRACTION/CONTROL JOINT FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL. SEE NOTE 6 3/8" EXPANSION JOINT (TYP.) SEE NOTE 2 3/8" EXPANSION JOINT (TYP.) SEE NOTE 2 3/8" EXPANSION JOINT (TYP.) SEE NOTE 1 FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL. SEE NOTE 6 BLDG SIDEWALK WIDTH VARIES 1.5% 6" CEMENT CONCRETE DRIVEWAY APRON AND GUTTER FOR RESIDENTIAL DRIVEWAYS. 8" REINFORCED CEMENT CONCRETE APRON AND GUTTER FOR COMMERCIAL DRIVEWAYS. 5' 150' MAX. 5' 150' MAX. 4" CURB, GUTTER AND SIDEWALK CROSS SECTION CONTRACTION/CONTROL JOINT DETAIL "B" EXPANSION JOINT DETAIL "A" DRIVEWAY CROSS SECTION DRIVEWAY (TYP.) SEE DETAIL "A" EXPANSION JOINT 2" 4" MIN. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 3/8"x FULL DEPTH EXPANSION JOINT MATERIAL, 150' MAX. O.C. SEE NOTES NOTES: 1. EXPANSION JOINT MATERIAL TO BE 3/8" x FULL DEPTH AND SHALL BE PLACED AT 150' O.C. SPACING. ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE WITH WSDOT STD. SPECIFICATION SECTION 9-04.1 (4). 2. CONTRACTION/CONTROL JOINT SHALL BE 1/4" WIDE BY 25% SLAB DEPTH; 1" DEEP FOR 4" SLAB, 1.5" DEEP FOR 6" SLAB, 2" DEEP FOR 8" SLAB, AT 5' SPACING. 3. EXPANSION JOINTS SHALL BE INSTALLED IN CURB & GUTTER AND SIDEWALK AT P.C. & P.T. AT ALL CURB RETURNS AND ALL ANGLE POINTS. 4. FORM AND SUB-GRADE INSPECTION REQUIRED BEFORE POURING CONCRETE. 5. EXPANSION JOINTS IN SIDEWALKS AND CURBS SHALL BE ALIGNED WITH EACH OTHER AND NOT OFFSET. 6. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. CONSTRUCTION TOLERANCE SHALL BE 1% MIN AND 2% MAX. BROOMED FINISH PERPENDICULAR TO PEDESTRIAN TRAVEL (TYP.) CURB AND GUTTER CONTRACTION/CONTROL JOINT (TYP.) SEE DETAIL "B" 4" CONTRACTION/CONTROL JOINT, 5' O.C. SEE NOTE 2 2" CRUSHED SURFACING TOP COURSE 4" CONCRETE PER WSDOT STD. SPECIFICATION 8-14 2" 4" 2" SIDEWALK 3/8"x FULL DEPTH EXPANSION JOINT MATERIAL, SEE NOTE 1 PEDESTRIAN TRAVEL DIRECTION 2" SHINE FINISH 7.WHERE SIDEWALK CROSSES HYDRANT LATERAL; CENTER 3' WIDE PANEL ACCROSS LATERAL, USE EXPANSION JOINT, SEE KENT STANDARD DETAIL 3-1. 8.ACCESS COVERS, JUNCTION BOXES, CABLE VAULTS AND OTHER APPURTENANCES WITHIN THE SIDEWALK LIMITS MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING SIDEWALK. SUCH APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS. SS FOR NEW SEWER CONSTRUCTION; STAMP FACE OF CURB WHERE SIDE SEWER CROSSES PERPENDICULAR TO CURB. 3" HIGH LETTERS 1/4" DEPTH. 4" SHINE FINISH 4" EXPANSION JOINT (TYP.) SEE DETAIL "A" PLANTER STRIP (WHEN REQ'D) EXPANSION JOINT (TYP.) SEE DETAIL "A" FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL 2" SHINE FINISH SHINE FINISH 4" SHINE FINISH (TYP.) SEE DETAIL "A" EXPANSION JOINT TYP. SEE NOTE 6 PLAN VIEW 1"1" LEGEND: BOND BREAK JOINT EXPANSION JOINT MEDIUM BROOM FINISH 3/16" R2" WIDE TROWEL JOINT (TYP) SECTION A 3/16"6"10"PROVIDE MEDIUM BROOM FINISH WITH ALTERNATING DIRECTION OF BROOM STROKE TO CREATE A "PARQUET" PATTERN. PARQUET PATTERN TO BE CREATED IN THE FIELD WITH REGARD TO EQUAL SPACING OF ALTERNATING PATTERN BETWEEN 6" SMOOTH TROWEL FINISH BORDER. NOTE: EXCLUDE SCORE PATTERN ACROSS DRIVEWAYS AND WHEELCHAIR RAMPS 6" WIDE SMOOTH TROWEL FINISH (TYP) CONTRACTION/CONTROL JOINT 1/4" WIDE AT 5' O.C. SEE DETAIL A 3/8" X FULL DEPTH EXPANSION JOINT AT 150' MAX. O.C. AND AROUND POLES AND, POSTS AND HYDRANTS (TYP) OR AS DIRECTED BY ENGINEER, SEE DETAIL C SHINE FINISH STREET TREE, SEE KENT STANDARD PLAN 6-56 4'-0" X 4'-0" DUCTILE IRON TREE GRATE 1 3/4 X 1 3/4 X 1/4 ANGLE WITH REBAR #3 WELDED AT 45°, 10 PLACES (MIN.) HOOKS FABRICATED AND INSTALLED BY CONTRACTOR PAINTED WITH RUST PROOF PAINT (TYP. ALL 4 SIDES) MINIMUM 2" CRUSHED SURFACING TOP COURSE SEE STANDARD PLAN 6-89 FOR STREET LIGHT STANDARD FOUNDATIONS. CURB AND GUTTER PER STANDARD PLAN 6-33 24" DEEP ROOT BARRIER BELOW BOND BREAK MATERIAL AS MANUFACTURED BY "DEEP ROOT", "BIO-BARRIER" OR EQUIVALENT 10' LONG, CENTERED ON TREE DETAIL A CONTRACTION/CONTROL JOINT DETAIL B BOND BREAK NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST.5'-0"3'-6" 4"CONTRACTION/CONTROL JOINT 1/4" WIDE x 1" DEEP, 5' O.C. FULL DEPTH BOND BREAK MATERIAL: 30 LB. ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL AROUND TREE WELL. SEE SECTION 1 ON THIS PLAN AND KENT STANDARD PLAN 6-55 CONTRACTION/CONTROL JOINT SIDEWALK WIDTH VARIES 5'CURB AND GUTTER TOP OF DEEP ROOT BARRIER 4" CONCRETE SIDEWALK 2" CSTC 4" CONCRETE SIDEWALK 2" CSTC DETAIL C EXPANSION JOINT 4" CONCRETE SIDEWALK 2" CSTC 3/8" X FULL DEPTH EXPANSION JOINT AT 150' MAX. O.C. (TYP) OR AS DIRECTED BY ENGINEER FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL AA TRAFFIC DIRECTION 18" YELLOW BARRIER LINE1" BARRIER LINE 18"-TYPE 2Y RPM'S EQUALLY SPACED 21'(TYP.) TRAFFIC DIRECTION TRAFFIC DIRECTION TYPE 2Y RPM 30'11' SKIP CENTER LINE 1' 4" YELLOW LINE TRAFFIC DIRECTIONTRAFFIC DIRECTION WIDE LINE 8" WHITE LINE 3'9' 8" WHITE LINE DROP LANE LINE TYPE 2W RPM 1" EDGE LINE 4" WHITE OR YELLOW LINE 1' TYPE 2W RPM 30'11' 4" WHITE LINE LANE LINE 6' 8" WHITE LINE TYPE 2W RPM 8' DOTTED WIDE LINE 4" YELLOW LINE DOUBLE YELLOW CENTER LINE TYPE 2YY RPM 4" GAP 20' TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION 4" GAP 10' VARIES (300' MAX.) TWO WAY LEFT TURN LANE 5'2.5' 30'1' TYPE 2W RPM 4" GAP 20' 4" GAP NOTE: 1.THIS DETAIL TO BE USED ONLY WHEN DEVELOPMENT PROJECTS ARE REQUIRED TO MATCH EXISTING RPM LANE MARKINGS. 2.RAISED PAVEMENT MARKERS (RPM'S) SHALL BE INSTALLED PER WSDOT STANDARD SPECIFICATIONS 8-09, 9-02.1(8), 9-26.2 AND 9-21. TRAFFIC DIRECTION TRAFFIC DIRECTION TRAFFIC DIRECTION TRAFFIC DIRECTION TRAFFIC DIRECTION 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. TYPICAL 4 LANE ROADWAY CONFIGURATION * * TIRE TRACKS (TYP.)GUTTER LINE OR EDGE OF TRAVELED LANE12" SPACED (TYP) EQUALLY LANELCROADWAYLCLANELC24" WHITE THERMOPLASTIC CROSSWALK LINE 24" NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 8' 4' MIN 12"-24" WHITE STOP LINE, WIDTH AS DIRECTED BY THE ENGINEER 5.DRIVE RIVETS TO BE TL3806 3/8" DIAMETER 6.CORNER BOLTS TO BE TL070M. JAMNUTS TL062 7.SEE STANDARD PLAN 6-83M AND 6-84M FOR STREET NAME SIGN DETAILS. 8.PRIVATE STREET NAME SIGNS AND PRIVATE SIGN POSTS ARE MAINTAINED BY THE PROPERTY OWNERS. 9.ALUMINUM SIGN BLANK THICKNESS; WARNING AND REGULATORY 30'' AND UNDER - 0.080''. WARNING AND REGULATORY 36'' AND OVER - 0.125'' 10.SHEETING MATERIAL: WARNING AND REGULATORY - 3M HIGH INTENSITY PRISMATIC SCHOOL SIGNS - 3M DIAMOND GRADE DG3 LEGENDS, SYMBOLS AND BORDERS - 3M ELECTROCUT FILM ATTACH SIGNS 30" AND UNDER WITH 2 DRIVE RIVETS, SEE NOTE 5 ATTACH SIGNS 36" AND OVER WITH CORNER BOLTS, SEE NOTE 6 SIGN POST SQUARE 2"x 2", 14 GAGE. ALL HOLES PRE-PUNCHED CORNER BOLT, SEE NOTE 6 FINISHED GRADE SET ANCHOR PLUMB AND TRUE, SEE NOTE 3 3" 3" 5/16" X 1" SS BOLTS WITH SS WASHERS MOUNTING ON STREET LIGHT STANDARD OR SIGNAL POLE NOTES: 1.METAL POSTS SHALL BE TELESPAR POST STEEL PIPE TYPE, OR APPROVED EQUIVALENT. 2.FOR IN-SIDEWALK INSTALLATIONS, CORE AN 8" DIAMETER HOLE PRIOR TO EXCAVATION. 3.ANCHOR LENGTH SHALL BE 30", LENGTH MAY BE REDUCED TO 24" OR SIGN POST BASE PLATE INSTALLATION TYPE B (SEE DETAIL 6-82b) MAY BE USED; ONLY IF APPROVED BY THE CITY OF KENT. ANCHOR SHALL HAVE 4 EACH 7/16" DIAMETER HOLES ONE EACH SIDE 2" FROM TOP. FINISH SHALL BE ZINC HOT DIPPED GALVANIZED MATERIAL TO MEET ASTM A500 GRADE B, 7 GAUGE, 2 1/2"x 2 1/2" TELESPAR ANCHOR OR APPROVED EQUIVALENT. 4.POST SHALL BE ROLLED CARBON SHEET STEEL, ASTM A1011 GRADE 50 AND BE HOT DIPPED GALVANIZED AASHTO M120 YIELD STRENGTH 60,000 PSI MIN. SQUARE POST SHALL HAVE 7/16" DIAMETER PRE-PUNCHED HOLES ON 1" CENTERS FULL LENGTH, FOUR SIDES.NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. SEE NOTES 9 AND 10 CONCRETE BASE SHALL BE POURED IN PLACE AROUND ANCHOR WHILE PREVENTING CONCRETE FROM ENTERING THE ANCHOR4"MAX.6" MIN. SET FOUNDATION ON UNDISTURBED NATIVE SOIL OR COMPACTED MATERIAL SS 0.030 BAND-IT BRACKET OR APPROVED EQUAL NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. NOTES: 1.CITY OF KENT APPROVAL REQUIRED PRIOR TO USING BASE PLATE. 2.SEE STANDARD PLAN 6-82a FOR SIGN POST AND SIGN NOTES AND DETAILS. PLAN PRE-GALVANIZED LOW CARBON 12 GA (ASTM A653 GRADE 33) PERFORATED SQUARE TUBING CENTERED ON BASE PLATE 7"x7"x1/4" STEEL BOTTOM PLATE (ASTM A240 SS GRADE 33) 3/4" DIAMETER HOLES1"1"2 1/4"2 1/4" BASE PLATE ELEVATION8"WELD ALL AROUND 7"x7"x1/4" STEEL BOTTOM PLATE (ASTM A240 SS GRADE 33) 1/2"x5 1/2" SS WEDGE ANCHORS, SS WASHERS AND NUTS PRE-GALVANIZED LOW CARBON 12 GA (ASTM A653 GRADE 33) PERFORATED SQUARE TUBING CENTERED ON BASE PLATE 7/16" ON 1" CENTER DIA. HOLES SIDE W A L K NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 6" MI N. ( T Y P.) 6' MAX. NOTES: 1.SPLICES AND TAPS SHALL BE MADE WITH SOLDERLESS UNINSULATED CRIMP CONNECTORS TO SECURELY JOIN WIRES BOTH MECHANICALLY AND ELECTRICALLY. THEY SHALL EMPLOY THE FOLLOWING MOISTURE BLOCKING INSULATION: SCOTCH 2210 VINYL MASTIC, FOLLOWED BY AN OVER WRAP WITH A MINIMUM OF TWO HALF-LAPPED LAYERS OF SCOTCH VINYL ELECTRIC TAPE SUPER 88 AND A FINAL LAYER OF CONSISTENTLY APPLIED SCOTCHKOTE 054007-14853 ELECTRICAL COATING. 2.JUNCTION BOXES PLACED WITHIN SIDEWALKS SHALL CONTAIN A SLIP RESISTANT SURFACE. REFERENCE KENT STANDARD PLANS 6-89a AND 6-89b. THE BOX SHALL BE COMPLETELY SURROUNDED OR ENCASED IN A MINIMUM 6 INCHES OF 4 INCH THICK CONCRETE AND THE LID SHALL BE TACK WELDED AT TWO POINTS FOR SECURITY. 4" THICK CONCRETE PAD EXTENDING A MINIMUM OF 6" BEYOND THE JUNCTION BOX AND FOUNDATION, ALL SIDES BEHIND SIDEWALK, IN PLANTER JUNCTION BOX OPTION (PREFERRED OPTION) STREET LIGHT STANDARD WILL BE LOCATED USING THE OFFSET DISTANCES SHOWN ON THE STREET LIGHTING PLANS. SEE STANDARD PLANS 6-87 AND 6-89 FOR STREET LIGHT FOUNDATION DETAILS IN SIDEWALK JUNCTION BOX OPTION, SEE NOTE 2 CURB AND GUTTER POLE AND BRACKET CABLES, 2 #10 WIRES GROUND LUG/E6-38 RING TERMINAL WATERPROOF IN-LINE FUSE QUICK DISCONNECTS WSDOT STD. SPECS. 9-29.7(2) FNM 5 AMP FUSE OR APPROVED EQUAL STREET LIGHT STANDARD 2" DIAMETER SCHEDULE 80 PVC CONDUIT UNLESS A LARGER DIAMETER IS SHOWN ON THE STREET LIGHTING PLANS SPARE 2" DIAMETER SCHEDULE 80 PVC CONDUIT WITH #8 UNINSULATED TRACER WIRE AND 1/4" NYLON PULL ROPE BURNDY CONNECTOR YC4C8 OR APPROVED EQUAL YC4C6, YC8C8 AS NEEDED #6 OR #8 BARE GROUND WIRE 3M MOISTURE SEALANT TAPE (SEE NOTE 1) AND BUTT SPLICE CONNECTOR PART YC4C6 JUNCTION BOX, SEE KENT STANDARD PLANS 6-89 - 6-93, GROUND LID TO BOX WITH #6 GROUND WIRE INSTALL A THREE WIRE 240 VOLT SYSTEM. GROUND OR NEUTRAL WILL START AT THE PUGET SOUND ENERGY SERVICE POINT James & 2nd Pedestrian Crossing/Holcomb A - 2 November 13, 2020 Project Number: 20-3002 WSDOT STANDARD PLANS DRAINAGE, STRUCTURES AND HYDRAULICS B-30.70-04 Circular Frame (Ring) and Cover CURBS, SIDEWALKS AND DRIVEWAYS F-10.42-00 Extruded Curb SITE PRESERVATION AND EROSION CONTROL I-40.20-00 Storm Drain Inlet Protection ILLUMINATION, SIGNALS, AND ITS J-20.15-03 Accessible Pedestrian PushButton Post with Curb Base J-20.26-01 Accessible Pedestrian PushButton (PPB) Details (2 sheets) J-40.10-04 Locking Lid Standard Junction Box Types 1 & 2 (2 sheets) IS-22 Rapid-Flashing Beacon Rectangular Type (RRFB) ROADWAY DELINEATION M-20.20-02 Profiled and Embossed Plastic Lines J J W 0 J z W w IL r m z Q 0 3 1/8" 0 �13/8" M to �T N BLIND PICK NOTCH DETAIL "A" 1 7/16" WASHER 1 5, � " (SEE NOTES) 0� M � M 1/4" (IN) DOVETAIL GROOVE WITH NEOPRENE GASKET (SEE NOTES) BOLT -DOWN / WATERTIGHT DETAIL "B" L 1— , I I F .1 SKID GROOVE PATTERN -SEE DETAIL TOP BOTTOM RING PLAN 27 5/8" 26 3/4" 34 1/8" RING SECTION (�) COVER PLAN SEE DETAIL "A" 00 SEE DETAIL "A" cc) N to J "1/4' 5/8" N COVER SECTION O (SEE NOTE 7) STANDARD TYPE 1 TOP BOTTOM — 1. ,'.J RING PLAN 27 5/8" 26 3/8" 1" 24" 26 3/4" 34 1/8" RING SECTION O COVER PLAN 5/8" FAIL "A" SEE DETAIL "B" SEE DETAIL "A" 00 N � 1/4" 5/8" N COVER SECTION O (SEE NOTE 7) BOLT -DOWN / WATERTIGHT TYPE 2 NOTES 1. The gasket and groove may be in the seat (frame) or in the underside of the cover. The gasket may be "T" shaped in section. The groove may be cast or machined. 2. Bolt -down capability is required on all frames, grates, and covers, unless specified otherwise in the Contract. Provide 3 holes in the frame that are vertically aligned with the grate or cover slots. The frame shall accept the 304 Stainless Steel (S.S) 5/8" - 11 NC x 2" (in) alien head cap screw by being tapped, or other approved mechanism. Location of bolt down holes varies by manufacturer. 3. For bolt -down manhole ring and covers that are not designated "Watertight," the neoprene gasket, groove, and washer are not required. 4. Washer shall be neoprene (Detail "B"). 5. In lieu of blind pick notch for manhole covers, a single 1" (in) pick hole is acceptable. Hole location and number of holes may vary by manufacturer. 6. Alternative reinforcing designs are acceptable in lieu of the rib design. 7. For clarity, the vertical scale of the Cover Section has been exaggerated, it is 1.5 times the horizontal scale (1 H:1.5V). ISOMETRIC VIEW 1/4" I � � 1/2" C° 'j � M ti SKID GROOVE PATTERN DETAIL �N �� ®F WA6�f�� QZ �® 11819 �C18TE�� �� I ®N Heilman, Julie Feb 20 2018 12:55 PM cosign CIRCULAR FRAME (RING) AND COVER STANDARD PLAN B-30.70-04 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Carpenter, Jeff W/ Feb 27 2018 7:59 AM l i �sn STATE DESIGN ENGINEER Washington State Department of Transportation TrAfF APPROVED FOR PUBLICATION DATESTATE DESIGN ENGINEER Washington State Department of Transportation 12"12" SPACING OF ANCHOR BARS # 3 BARS (TYP.) 1" MIN. (TYP.) 12"12"DRAWN BY: BILL BERENSEXTRUDED CURB STANDARD PLAN F-10.42-00 SHEET 1 OF 1 SHEET 5"1"6"1 1 / 2 " R . 1" R.1 1/2" R.1" R. 1 1 / 2 " R .1 1/2" R.10" 2 1/2"2 1/2"2"4"8" 6"1"1" 1" R.1" R. 1" R.1" R.1"3"8" 6"1"1" 5"1"6"10" 2 1/2"2 1/2"2"4"8" 6"1"1"1"3"8" 6"1"1" 1 1 / 2 " R .1 1/2" R.1" R.1" R. 1" R. 1 1 / 2 " R . 1" R. 1" R.1 1/2" R.1" R.2"6"2"2"TYPE 1 TYPE 2 TYPE 3 TYPE 6 (CEMENT CONCRETE) CEMENT CONCRETE EXTRUDED CURB 1 1 / 2 " R .1 1/2" R.1 1 / 2 " R .1 1/2" R.(HOT MIX ASPHALT) (HOT MIX ASPHALT) (HOT MIX ASPHALT)6"(CEMENT CONCRETE)6"(CEMENT CONCRETE) # 3 BAR # 3 BAR # 3 BAR (FOR TYPES 4, 5, AND 6) 10’ - 0" BETWEEN JOINT S ( T Y P . ) NOTE JOINTS MAY BE FORMED DURING INSTALLATION USING A RIGID DIVIDER OR SAWCUT AFTER CONCRETE CURES TO MINIMUM STRENGTH. TYPE 4 TYPE 5 STA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEER31805KEN L SMITHEXPIRES AUGUST 26, 2007 ROYE 01-23-07Ken L. Smith NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION, IS KEPT ON FILE AT THE WASHINGTON STATE DEPARTMENT OF TRANS-PORTATION. A COPY MAY BE OBTAINED UPON REQUEST. DRAWN BY: LISA CYFORDNOTES 1. 2. 3. 4. OVERFLOW BYPASS 5" MAX. GRATE FRAME FILTERED WATER SEDIMENT AND DEBRIS APPROVED FOR PUBLICATION DATESTATE DESIGN ENGINEER Washington State Department of Transportation SHEET 1 OF 1 SHEET STORM DRAIN INLET PROTECTION STANDARD PLAN I-40.20-00 DRAINAGE GRATE OVERFLOW BYPASS (TYP.) DRAINAGE GRATE ~ RECTANGULAR GRATE SHOWN ISOMETRIC VIEW RETRIEVAL SYSTEM (TYP.) TRIM BELOW INLET GRATE DEVICE SECTION VIEW NOT TO SCALE Size the Below Inlet Grate Device (BIGD) for the storm water structure it will service. The BIGD shall have a built-in high-flow relief system (overflow bypass). The retrieval system must allow removal of the BIGD without spilling the collected material. Perform maintenance in accordance with Standard Specification 8-01.3(15). BELOW INLET GRATE DEVICE STATE OF WASHINGTON REGISTERED LANDSCAPE ARCHITECT CERTIFICATE NO. 000598 MARK W. MAURER Pasco Bakotich III 09-20-07 MENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION, IS KEPT ON FILE AT THE WASHINGTON STATE DEPART- MENT OF TRANSPORTATION. A COPY MAY BE OBTAINED UPON REQUEST. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCU- J J W J z X W LL } m 3" (IN) PEDESTRIAN PUSHBUTTON POST BRACKET ADAPTER (TYP.) ANCHOR FERRULE (TYP.) 3" (IN) PIPE CAP GROUNDING CONNECTION - SEE DETAIL EQUIPMENT GROUNDING ANCHOR CONDUCTOR COUPLING (TYP.) BRACKET (TYP.) SHIM (TYP.) - NO MORE THAN TWO PER COUPLING EXPLODED VIEW BREAKAWAY BASE CONNECTOR (SEE NOTE 1) TOP OF FOUNDATION 3/4" (IN) CHAMFER (NP) O X I CV D D' io D o D D' • 6° 3" (IN) PEDESTRIAN PUSHBUTTON POST BRACKET ADAPTER (TYP.) BRACKET (TYP.) V / /­ COUPLING BOLT (TYP.) FIELD DRILL AND TAP FOR 1/4-20 THREAD BOLT (TYP.) 5/8" (IN) DIAMETER HOLE PEDESTRIAN PUSHBUTTON POST - 3" (IN) STEEL PIPE (SCHEDULE 40) - ANCHOR COUPLING (TYP.) SHIM (TYP.) TOP OF PAVED ,/__ SURFACE • i i D v O. •• PREMOLDED ° D JOINT FILLER I I D I I ICI . I I• D COMMERCIAL CONCRETE p I'I I I • D I I > I I D ANCHOR FERRULE • D D (TYP.) I I � I D DIAMETER ELECTRICAL CONDUIT 1'-6" SQUARE FOUNDATION DETAIL 1" THREAD TOP OF POST I I I I I I � I I � I I I I p I I I I I I I I I I I I I TI I I I I I I to W Q (O Z W W I I I II \ I POST DETAIL 3" (IN) PEDESTRIAN PUSHBUTTON POST EQUIPMENT GROUNDING CONDUCTOR BRACKET ADAPTER BRACKET (TYP.) COUPLING BOLT (TYP.) N� SHIM (TYP.) L'- ANCHOR FERRULE (TYP.) 1" (IN) DIAM. ELECTRICAL CONDUIT DETAIL (�) m ih NOTES 1. See Standard Specification 9-06.16 for Breakaway Base Connection details. Dimensions for the parts used to assemble the base connections are intentionally not shown. Base connections are patented manufactured products that are in compliance with NCHRP 350 crash test criteria. The Breakaway Base Connection details are only shown on this plan to illustrate how parts are assembled. 2. See Standard Plan J-20.26 for Accessible Pedestrian Pushbutton details. 3. Secure conductor in adjacent Junction Box per detail in Standard Plan J-28.70. 4. Where shown in the plans, install plaque (R10-32P) "PUSH BUTTON FOR 2 SECONDS FOR EXTRA CROSSING TIME" above the Accessible Pedestrian Signal (APS) assembly. Add 14" (in) to post height to accommodate plaque and leave a 2" (in) space between signs. 5. Mounting distances vary between manufacturers. See manufacturer's recommendations for mounting information. 6. Junction Box serving the Standard shall preferably be located 5' - 0" (10' - 0" Max.) from the Standard. W O z W W J lL V PIPE CAP TOP OF POST - N POST WALL STAINLESS STEEL FLAT WASHER (TYP.) 1/4" (IN) x 1 1/4" (IN) LONG STAINLESS STEEL THREADED STUD THREE 1/4" (IN) STAINLESS STEEL HEX NUTS EQUIPMENT GROUNDING CONDUCTOR AND FULL CIRCLE CRIMP -ON CONNECTOR - CRIMPED WITH A MANUFACTURER'S RECOMMENDED CRIMPER GROUNDING CONNECTION DETAIL tlr WELD STUD TO POLE WALL TO MAXIMUM EXTENT POSSIBLE - 1/2" (IN) MINIMUM WELD CONFIGURATIONS VARY AMONG DIFFERENT MANUFACTURERS (SHOWN EXPLODED FOR CLARITY) TOP\FOUNDATION \ ANCHOR COUPLING (TYP.) CONDUIT COUPLING - INSTALL FLUSH WITH TOP OF FOUNDATION (DO NOT GLUE PVC STUB -OUT) EDGE LINE JosEp� of WAsyt�c ctj �o � 39820 o w`v ssjoNAL ��G ApkJuBailey, Ted n 262014 425 PM F� . ACCESSIB1LE BREAKAWAY PEDESTRIAN PUSHBUTTON (PPB) POST STANDARD PLAN J-20.15-03 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Jun 30 2014 3:11 PM STATE DESIGN ENGINEER Amok TA W Washington State Department of Transportation ACCESSIBLE PEDESTRIAN PUSHBUTTON (APS) ASSEMBLY ~:::2::::::::::::::j INSULINER SLEEVE WIRE ROUTING PERSPECTIVE VIEW KEY ~FACEPLATE 1/4-20 x 3/8" LONG STAINLESS STEEL SCREW 1/4-20 STAINLESS STEEL SCREWS PUSHBUTTON FRAME ADAPTER @ 1/4-20 STAINLESS STEEL BOLT WI WASHER AND LOCK WASHER DRILL AND TAP SHAFT FOR 1/4" DIAM. BOLT ro ~ ffi PUSHBUTTON STATION DRILL AND TAP SHAFT FOR 5/8" WIRE GUIDE HOLE -ADD INSULINER 1\:: ~ [i] START CROSSING Wab:hFor Vehicles ~--~ OONISTART -~-IHih Crossing ~/1\~ II'Siartad m TIME REMAINNG lb Rnlsh C101181ng STEADY ~ DON'T CROSS PUSH BUTTON ~ TO CROSS ':I 9" R10-3e (RIGHT) /. [l] ST::ING Vahlclaa ,,_/ OON'TSTART '~~ - -RnBhen.smg ~/I\~ II'Siartad m TIME REMAINNG To Rnlah Crossing STUO\' ~ DONI CROSS • PUSH BUTTON TO CROSS ~ R10-3e (LEFT) PEDESTRIAN PUSHBUTTON INSTRUCTIONAL SIGN /. [l] START CROSSING Wab:h For Vehicles ~--~ OONISTART -~-Rnlsh Crossing ~/1\~ II'Siartad m TIME REMAINNG lb Rnlah C101181ng STEADY ~ DON'T CROSS • PUSH BUTTON • TO CROSS R10-3e (MOD.) 6 ~ 0 0 @ @ 0 @ '------ 9" PEDESTRIAN PUSHBUTTON FRAME ADAPTER 7 7 8 ATTACH SIGN TO ADAPTER- 1/4-20 x 3/8" STAINLESS STEEL SCREWS (TYP.) ATTACH ADAPTER TO PUSH- BUTTON STATION-1/4" DIAM. COUNTERSUNK HOLE, 3/8" LONG FLAT HEAD SCREWS (TYP.) ACCESSIBLE PEDESTRIAN PUSHBUTTON (PPB) DETAILS STANDARD PLAN J-20.26-01 SHEET 1 OF 2 SHEETS ACCESSIBLE PEDESTRIAN SIGNAL (ASP) ASSEMBLY METAL POLE INSTALLATION APPROVED FOR PUBLICATION Pasco Bakotich Ill 7112112 ----~=---------..... STATE DESIGN ENGINEER DATE PPB-M ISOMETRIC VIEW (METAL POLE SHOWN) ... Washington State Department of Transportation WOOD POLE INSTALLATION ALTERNATIVE 1 PPB-W 8 9 6 13 =====~====~ I I ~~======::~-~~~~~=~- WOOD POST COUNTERBORE -DIAMETER TO FIT CONDULET 8 9 11 (ACCESSIBLE PEDESTRIAN PUSHBUTTON -TEMPORARY TIMBER STRAIN POLE) KEY 1 FACE PLATE 1/4-20 x 3/8" LONG STAINLESS STEEL SCREW 1/4-20 STAINLESS STEEL SCREWS 4 PUSHBUTTON FRAME ADAPTER LAG BOLT WITH WASHER PUSHBUTTON STATION CONDUIT DIAMETER+ 1/8" HOLE THRU POLE CONDULET LIQUID-TITE FLEX CONDUIT ONE PIECE TWO HOLE CLAMP LAG BOLT INSULINER SLEEVE INSTALL FITTING WITH NYLON WASHER ON OUTSIDE OF HOUSING -SEAL WITH SILICONE AFTER UNIT IS FULLY ASSEMBLED 4 10 .... c::>-® PRE-DRILL (3) 1/4" WEEP HOLES IN BOTTOM RADIUS OF CONDUIT DRIP LOOP. REAM HOLES WITH DRILL BIT TO ELIMINATE BURRS ACCESSIBLE PEDESTRIAN SIGNAL (ASP) ASSEMBLY WOOD POLE INSTALLATION ALTERNATIVE 2 PPB-W (ACCESSIBLE PEDESTRIAN PUSHBUTTON -TEMPORARY TIMBER STRAIN POLE) TEMPORARY TIMBER POLE 4 X 4 POST WOOD POLE INSTALLATION ALTERNATIVE 3 PPB-W (ACCESSIBLE PEDESTRIAN PUSHBUTTON -TEMPORARY TIMBER POLE) 8 ACCESSIBLE PEDESTRIAN PUSHBUTTON (PPB) DETAILS STANDARD PLAN J-20.26-01 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich Ill 7112112 ------~=--------------..... STATE DESIGN ENGINEER DATE ... Washington State Department of Transportation TAPER DIVIDER ENDS TO MATCH INSIDE TAPER OF BOX BOX INTERIOR LENGTH - 1/16" 0 O 5/16" (IN) x 1" (IN) S. S. COUPLING NUT 5/16" (IN) x 1 1/2" (IN) S. S. U (TYP) SET SCREW (TYP.) to J m DIVIDER PLATE 3 ELEVATION VIEW (FOR TYPE 2 JUNCTION BOX ONLY) 0 (TYP.) 1/4 10 GAGE GALVANIZED STEEL SIDE VIEW A LID SUPPORT (TYP.) C (SEE NOTE 3) I I E 3/16" GROUND STUD (SEE NOTE 4) COUPLING NUT FOR ALTERNATIVE 2 - SEE SHEET 2 LID LIFTING NOTCH - 1/4" (IN) x 3/4" (IN) HEADED ANCHOR SHEAR STUD - 3/8" (IN) x 3" (IN) 10 COUNT STUDS EVENLY SPACED AROUND FRAME J (PLACE TO SIDE OF LID BOLT DOWN SUPPORT A- NGLE WHEN USING LOCK- ING DETAIL ALTERNATIVE 2) (SEE NOTE 11) 1 3/8" (IN) DIAM. HOLE WITH 1/2 - 13 x 1 1/2 STAINLESS STEEL PENTA HEAD BOLT BOLT PLATE - SEE DETAIL TOP OF SOIL SURFACE OR FINISHED GRADE 3/16 V 1 1/2 \TYP.) -� - ---------- a - --�--- I TJ _ 1_____________J LID r� HOOK v 0 - - n SEE NOTE 7 r , b I I d I I I I C I I I I � 3/4 (TYP.) 3/1 3/16 3/4 �o 09 J CV W O ,, _ o: 2 2 2 W = W N 40 PVC CONDUIT --- -- - B 1 1/4" GAP (TYP.) 4" FOR HOOK RELEASE (TYP.) LOCKING LID STANDARD DUTY JUNCTION BOX (CONDUITS NOT SHOWN) A GROUNDING STUD 1 1/2" MIN. (SEE NOTE 4) E 3/8" (IN) STEEL 3/16" COVER PLATE /__ LID HOOK 2 1 MIN. 3' 3 (SEE NOTE 6) MAX ' d MIN CRUSHED SURFACING (BASE COURSE OR TOP COURSE) - PER STANDARD SPECIFICATION 9-03.9(3) 4O GRS CONDUIT SECTION AO JUNCTION BOX DIMENSION TABLE Y 2 ITEM BOX TYPE TYPE 1 TYPE 2 A OUTSIDE LENGTH OF JUNCTION BOX 22" 33" B OUTSIDE WIDTH OF JUNCTION BOX 17" 22 1/2" C INSIDE LENGTH OF JUNCTION BOX 18" - 19" 28" - 29" D INSIDE WIDTH OF JUNCTION BOX 13" - 14" 17" - 18" E LID LENGTH 17 5/8" 28 5/8" F LID WIDTH 12 5/8" 18 1/8" CAPACITY - CONDUIT DIAMETER 6" 12" NOTES 1. All box dimensions are approximate. Exact configurations vary among manufacturers. 2. Minimum lid thickness shown. Junction Boxes installed in sidewalks, walkways, and shared -use paths shall have a slip -resistant coating on the lid and lip cover plate, and shall be installed with the surface flush with and matched to the grade of the sidewalk, walkway, or shared -use path. The non -slip lid shall be identified with permanent markings on the underside, indicating the type of surface treatment (see Contract Documents for details) and the year of manufacture. The permanent marking shall be 1/8" (in) line thickness formed with a mild steel weld bead and shall be placed prior to hot -dip galvanizing. 3. Lid support members shall be 3/16" (in) minimum thick steel C, L, or T shape, welded to the frame. 4. A 1/4-20 NC X 3/4" (in) stainless steel ground stud shall be welded to the bottom of the lid; include (2) stainless steel nuts and (2) stainless steel flat washers. 5. Bolts and nuts shall be liberally coated with anti -seize compound. YP•) 6. Equipment Bonding Jumper shall be # 8 AWG min. X 4' (ft) of tinned braided copper. DIAMOND PATTERN 3/8" (IN) STEEL COVER (SEE NOTE 2) LIP PLATE (TYP.) 7. The System Identification letters shall be 1/8" (in) line thickness formed with a mild steel weld bead. See Cover Marking detail. Grind off diamond pattern before forming letters. For System Identification details, LID SUPPORT (TYP.) see Standard Specification 9-29.2(4). WELDED WIRE 8. When required in the Contract, provide a 10" (in) x 27 1/2" (in), 10 gage divider plate, complete, with FABRIC (TYP.) (TYP.) 1/8 fasteners, in each Type 2 Junction Box where specified. 9. When required in Contract, provide a 12" (in) deep extension for each Type 2 Junction Box where specified. 10. See the Standard Specifications for alternative reinforcement and class of concrete. 11. Headed Anchor Shear Studs be to the Steel Cover Lip Plate tied in two to LL c m must welded and wire places the vertical Welded Wire Fabric when in contact with each other. Wire tie all other Headed Anchor Shear Studs to the horizontal Welded Wire Fabric. 12. Lid Bolt Down Attachment Tab provides a method of retrofitting by using a mechanical process in lieu of welding. Attachment Tab shown depicts a typical component arrangement; actual configurations of assembly will vary among manufacturers. See approved manufacturers' shop drawings for specifics. 13. Unless otherwise noted in the plans or approved by the Engineer, Junction Boxes, Cable Vaults, and HEADED ANCHOR Pull Boxes shall not be placed within the sidewalks, walkways, shared use paths, traveled ways or paved SHEAR STUD (TYP.) 11 shoulders. All Junction Boxes, Cable Vaults, and Pull Boxes placed within the traveled way or paved (SEE NOTE 11) MIN shoulders shall be Heavy -Duty. WELDED WIRE HOOP (TYP.) WWF WIRE TIED TO (SEE NOTE 10) 14. Distance between the top of the conduit and the bottom of the Junction Box lid shall be 6" (in) min. to 8" (in) HEADED ANCHOR max. for final grade of new construction only. See Standard Specification 8-20.3(5). Where adjustments SHEAR STUD (TYP.) are to be made to existing Junction Boxes, or for interim construction stages during the contract, the SECTION O limits shall be from 6" (in) min. to 10" (in) max. See Standard Specification 8-20.3(6). PERSPECTIVE VIEW (IN) STEEL COVER LIP PLATE O Equipment Grounding CO Conductor TOP OF PAVED SURFACE 20 Copper Solderless 3/8" (IN) STEEL TOP OF BASE Crimp Connector COVER LIP PLATE COURSE O Equipment Bonding T7Jumper (See Note 6) Q See Contract for conduit size and number O W W 00 J mW �m W z O Z g 0- 0 N ~ COVER MARKING DETAIL ITS 1/2" 1/4" CLEAR ALL AROUND v;ITSI °Q°OQQ 4OVQ SEE NOTE 7 B 1 1/2 MIN. F 3/16" SECTION (B) (CONDUITS NOT SHOWN) GROUND STUD (SEE NOTE 4) JOSEp� �{ COUPLING NUT FOR ALTERNATIVE 2 - ®� 0V WA SEE DETAIL "E" ALTERNATIVE 2 LID SUPPORT (TYP.) - L SHAPE SHOWN o (SEE NOTE 3) 3/8" (IN) x 3" (IN) HEADED ANCHOR 0 �v SHEAR STUD (TYP.) O,{,� +P�CI STB��O WELDED W FABRIC (TYP.) (WWF) ssjoNtlL (WWF) 4X4-W2.9XW2.9 1 (6 GAGE) (SEE NOTE 10) q� Bailey, Ted WELDED WIRE HOOP Apr 25 2016 9:32 AM (� (TYP.) W2.9 (6 GAGE) LOCKING LID STANDARD (SEE NOTE 10) DUTY JUNCTION BOX TYPES 1 & 2 STANDARD PLAN J-40.10-04 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION ^ , , Carpenter, Jeff eR%G1ZCoD�PlG, /i!vULll� Apr 28 2016 3:12 PM STATE DESIGN ENGINEER T Washington State Department of Transportation 1/2 - 13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER O 1 3/8" (IN) DIAM. HOLE --� j p BOLT PLATE CHANNEL - u- SEE DETAIL U - 3/16 } (TYP.) M 2" (IN) x 1/4" (IN) - 3 GAGE STEEL SPACER 1 5/8" (IN) SLOTTED S. S. CHANNEL WITH S. S. CHANNEL NUT AND SPRING LID SUPPORT - L SHAPE SHOWN (SEE NOTE 3) 3/8" (IN) STEEL COVER LIP PLATE V 1/8 3/16 V 1 1/2 WWF - TIED IN 2 PLACES TO HEADED ANCHOR SHEAR STUD WWF 4x4-W2.9xW2.9 (TYP.) (6 GAGE) (SEE NOTE 10) 3/8" (IN) x 3" (IN) HEADED ANCHOR SHEAR STUD - WELDED TO LIP PLATE LID LIFTING NOTCH - 1/4" (IN) x 3/4" (IN) 3/8" (IN) STEEL COVER PLATE - 3/8" (IN) STEEL 3/ SHOWN CUT AWAY FOR CLARITY COVER LIP PLATE 3/16 (TYP') a LID SUPPORT - o' o ° L SHAPE SHOWN 3/16 (SEE NOTE 3) ', d ° HEX COUPLING NUT WWF - WELDED . LID BOLT DOWN TO LIP PLATE ATTACHMENT TAB - 4 SEE DETAIL WELDED WIRE ' DETAIL OF ALTERNATIVE 1 SHOWN PERSPECTIVE VIEW 1/4" LID LIFTING NOTCH 3/16" 3/16 1/2 - 13 x 1 1/2 S. S. PENTA HEADBOLT AND FLAT „ (IN) WASHER S. S. 3/8" (IN) STEEL COVER LIP PLATE 1/8 3/16 V 1 1/2 WWF - TIED IN 2 PLACES TO HEADED ANCHOR SHEAR STUD WWF 4x4-W2.9xW2.9 (TYP.) (6 GAGE) (SEE NOTE 10) 3/8" (IN) x 3" (IN) HEADED ANCHOR SHEAR STUD - WELDED TO LIP PLATE LID SUPPORT - L SHAPE SHOWN 3/8" (IN) STEEL (SEE NOTE 3) COVER PLATE 3/8" (IN) STEEL COVER LIP PLATE 1 (TYP.) 3/16*1 V 1/8 LID HOOK - 1" (IN) x 1" (IN) x 3/16" (IN) ANGLE 3/16 V1 1/2 LID SUPPORT - L SHAPE SHOWN (SEE NOTE 3) HOOP (TYP.) W2.9 (6 GAGE) (SEE NOTE 10) SECTION OC 1 3/8" (IN) DIAM. HOLE BOLT PLATE CHANNEL - SEE DETAIL / -�— BOLT PLATE CHANNEL - SEE DETAIL (SEE NOTE 6) (TYP• 3/16 d I BOLT DOWN HEX COUPLING NUT ATTACHMENT TAB - S. S. 5/16-NC x 7/8" (IN) WITH SEE DETAIL S. S. 5/16-NC x 3/4" (IN) BOLT & THREE EACH S. S. 5/16" (IN) FLAT WASHERS LID BOLT DOWN SUPPORT ANGLE - 1 1/2" (IN) x 3" (IN) x 1/4" (IN) ANGLE DETAIL ( E ALTERNATIVE 2 SHOWN 1/2 - 13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. 3/16" FLAT WASHER 1 1/8" (IN) x 2" (IN) 1 1/8" (IN) rc 2" (IN) VERTICAL SLOT VERTICAL SLOT (TYP.) 3/16 �CTYP.) \ o = 3/16 1/8" (IN) x 3/4" (IN) STEEL ANGLE a a 3/16 1/8" (IN) x 3/4" (IN) ANGLE (TYP.) 1/4" (IN) STEEL PLATE d pQ 1/4" (IN) S. S. PLATE LID SUPPORT - L SHAPE SHOWN (SEE NOTE 3) DETAIL ( E ALTERNATIVE 3 SHOWN 3/16 WWF - TIED IN 2 PLACES TO EACH HEADED ANCHOR SHEAR STUD WWF 4x4-W2.9xW2.9 (TYP.) _ (6 GAGE) (SEE NOTE 10) 3/8" (IN) x 3" (IN) HEADED ANCHOR SHEAR STUD - WELDED TO LIP PLATE 1/2 - 13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER y- 3 1/2" LID LIFTING NOTCH - 1/4" (IN) x 3/4" (IN) 3/8" (IN) STEEL COVER PLATE - SHOWN CUT AWAY FOR CLARITY DETAIL OF ALTERNATIVE 2 SHOWN PERSPECTIVE VIEW 3/16 V 1 1/2 LID SUPPORT - L SHAPE SHOWN (SEE NOTE 3) EXPOSE LID BOLT DOWN SUPPORT ANGLE TO ATTACH ALTERNATIVE 2 LID BOLT DOWN ANGLE ATTACHMENT TAB LID BOLT DOWN SUPPORT ANGLE - 2" (IN) x 2" (IN) x 1/4" (IN) ANGLE 1/2 - 13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER 3/8" (IN) STEEL COVER 1/4" LID LIFTING NOTCH 2" 2 1/2" 3/16" 2" (IN) x 1/4" (IN) - 3 1" 1 5/8" GAGE STEEL SPACER 1/2 - 13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER N_ 5/8" (IN) x BOLT PLATE CHANNEL - 1" (IN) SEE DETAIL HORIZONTAL SLOT o SLOTTED STEEL CHANNEL (SEE NOTE 6) 5/8" (IN) x 1" (IN) ' d HORIZONTAL SLOT L LID BOLT DOWN ATTACHMENT TAB - SEE DETAIL DETAIL ( E ALTERNATIVE 1 SHOWN 2" 9/16" (IN) 2„ DIAM. 1HOLE 11/2" M -� - 7/16" (IN) x ih 3/4" (IN) SLOT -------- --- - 9/16" (IN) N DIAM. HOLE 1/2" (IN) S. S. HEX NUT&1/81/ 2" (IN) x 3" (IN) x ANGLE 7/16" (IN) x 3/4" (IN) SLOT1/2" (IN) S. S. HEX NUT IYP.) ALTERNATIVE 2 LID BOLT DOWN ATTACHMENT TAB (SEE NOTE 12) PLATE - SHOWN CUT 1/8" (IN) x 3/4" (IN) 1/4" (IN) STEEL PLATE AWAY FOR CLARITY M STEEL ANGLE 1/4" (IN) STEEL 3/16 11/2 - QT PLATE LID SUPPORT - 4" 3 3/4" 1/8 o ° L SHAPE SHOWN (SEE NOTE 3) ------------ ° 3/4" (IN) 1/8 RADIUS 1/8" (IN) x 3/4" (IN) STEEL 1/2" (IN) S. S. 1/8" (IN) ANGLE M RIGHT ANGLE HEX NUT ANGLE) MIRROR SHOWN, MIRROR IMAGE IMAGE DETAIL F FOR LEFT ANGLE ALTERNATIVE 3 FOR LEFT ANGLE ALTERNATIVE 3 SHOWN LID BOLT DOWN ATTACHMENT TAB PERSPECTIVE VIEW (SEE NOTE 12) 3/16 V HEX COUPLING NUT S. S. 5/16-NC x 7/8" (IN) WITH S. S. 5/16-NC x 3/4" (IN) BOLT & (3 EACH) S. S. 5/16" (IN) FLAT WASHERS ALTERNATIVE 1 LID BOLT DOWN ATTACHMENT TAB (SEE NOTE 12) 2" 1" i 5/8" (IN) x 1" (IN) 5o VERTICAL SLOT BOLT PLATE CHANNEL JosEp� of WAsyt�c E- - J �O'tLt' CI 820 S TE"W�� s"10NAL ( e Bailey, Ted �. Apr 25 2016 9:33 AM LOCKING LID STANDARD DUTY JUNCTION BOX TYPES 1 & 2 STANDARD PLAN J-40.10-04 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Carpenter, Jeff Apr 28 2016 3:12 PM STATE DESIGN ENGINEER v T Washington State Department of Transportation RECTANGULAR RAPID -FLASHING MECHANICALLY BEACON - APPROX. MECHANICALLY SECURED POLE CAP 24" (IN) x 4" (IN) x SECURED POLE CAP 1 1/2" (IN) (SEE NOTE 8) TOP OF POLE � � � RECTANGULAR OPTIONAL SIZE l RAPID -FLASHING BEACON 48" IN x 48" IN ( ) ( ) i �� z SIDE OF POLE (SEE NOTE 10) � ` MOUNT SHOWN SIGN W11-2 - 36" (IN) x 36" (IN) ` i 1 i i SIGN W11-2 ` (48" (IN) x 48" (IN) SHOWN) o SIGN W16-7PR - - SIGN W16-7PR 30" (IN) x 18" (IN) I OR W16-7PL �ft SIGN Wll-501 - "��E2�KN 12" (IN) x 12" (IN) Y TYPE FB SIGNAL STANDARD �1 J¢ (SEE NOTE 3) T°,�lxN o PEDESTRIAN PUSHBUTTON � AND SIGN ASSEMBLY - (SEE NOTE 1) ------ Lu j O o m Q MATCHL_I_NE_ _ u USE DETAILS ABOVE MATCHLINE FOR SIDE ELEVATION VIEWS r _-L,- _r i I I I FRONT ELEVATION VIEW RAPID -FLASHING BEACON SLIP BASE AND CONCRETE SQUARE FOUNDATION SHOWN (SEE NOTES 2 & 4) RECTANGULAR RAPID -FLASHING BEACON DUAL TOP OF POI MOUNT SHO\A MOUNTING BRACKET AND STEEL STRAP (TYP.) WINDBEAM (TYP.) (SEE NOTE 5) CONTROL CABINET ENCLOSURE — MOUNT CENTERED BEHIND SIGN (SEE NOTE 7) SIGN W11-2 (36" (IN) X 36" (IN) SHOWN) WINDBEAM (TYP.) MOUNTING BRACKET AND STEEL STRAP (TYP.) (SEE NOTE 5) PEDESTRIAN PUSHBUTTON AND SIGN ASSEMBLY (SEE NOTE 1) MATCHLINE SIDE ELEVATION VIEW UNI-DIRECTIONAL CONFIGURATION DETAILS SIGNS W16-7PR AND W16-7PL PEDESTRIAN PUSHBUTTON AND SIGN ASSEMBLY (SEE NOTE 1) • A CROSS TRAFFIC MAY NOT STOP USE CAUTION WHEN CROSSING M SIDE ELEVATION VIEW BI-DIRECTIONAL CONFIGURATION DETAILS W11-501 (12" x 12") PEDESTRIAN SYMBOL HEIGHT -4" (IN) BICYCLE SYMBOL HEIGHT - 3" (IN) LETTERS -1" C LEGEND -BLACK BACKGROUND -YELLOW NOTES 1. PEDESTRIAN PUSHBUTTON AND SIGN ASSEMBLY -MAY BE SEPARATE PARTS. USE 9" (IN) X 12" (IN) R10-25 SIGN IN ACCORD- ANCE WITH 2O09 MUTCD. SIGN MAY INCLUDE INTEGRATED WARNING LIGHTS. 2. SEE STANDARD PLAN J-21.10 FOR SIGNAL STANDARD FOUNDATION WITH FIXED BASE AND SLIP BASE DETAILS. 3. SEE STANDARD PLAN J-21.16 FOR SIGNAL STANDARD DETAILS NOT SHOWN. 4. SEE STANDARD PLAN J-21.17, DETAIL C FOR WIRING DETAILS NOT SHOWN. 5. SEE STANDARD PLAN G-30.10 FOR SIGN INSTALLATION ON SIGNAL STANDARD DETAILS. 6. TERMINATE RFB CONNECTIONS PER MANU- FACTURER'S RECOMMENDATION. 7. CONTROL CABINET ENCLOSURE SHALL BE SIZED BY THE RFB MANUFACTURER. THE CONTROL CABINET SHALL BE MANUFACTURED PER TERMINAL CABINET REQUIREMENTS OF STANDARD SPECIFICATION SECTION 9-29.25. 8. BEACON ASSEMBLY MAY BE MOUNTED ON THE TOP OF THE POLE OR ON THE SIDE OF THE POLE. A SOLAR POWER UNIT MAY BE INSTALLED ON TOP OF THE MOUNT. 9. RRFB DISPLAYS SHALL BE LED TYPE MEETING THE INTENSITY REQUIREMENTS OF SAE J595 FOR CLASS 1 YELLOW, BUT SHALL NOT EXCEED 1000 CANDELAS DURING DAYLIGHT AND 500 CANDELAS AFTER DARK. 10. FOR POSTED SPEEDS OF 35 MPH OR LOWER, THE W11-2 SIGNS SHALL BE 36" x 36". FOR POSTED SPEEDS OF 40 MPH OR HIGHER, THE W11-2 SIGNS SHALL BE 48" x 48". RAPID -FLASHING BEACON RECTANGULAR TYPE (RRFB) FILE NAME S:1Design R P& S14-Standardsl2-Plan Sheet Library101-Published PSL1(IS) Illumination, Signals, and ITS1(IS-22 & IS-23) Rectangular Rapid Flashing Bacon (RRFB) & Pedestrian Cr DATE P.E. STAMP BOX sing DetailsllS-22—Revl.dgn DATE P.E. STAMP BOX MAWIS-22 Washington State Department of Transportation Plot 2 TIME 1:08:14 PM REGION No. STATE FED.AID PROJ.NO. PLAN REF NO DATE 4/23/2018 PLOTTED BY liddelf 10 WAS DESIGNED BY JOB NUMBER SHEET o 2 SHEETS ENTERED BY CHECKED BY CONTRACT NO. LOCATION NO. PROJ. ENGR. RFB DETAILS REGIONAL ADM. REVISION DATE BY �7 �1 GENERAL NOTE 10' - 0" See Standard Plan M-20.10 for pattern and color requirements. t' J 4" 1 4" 1 23" 4" 23" 4" 1 23" 4" 23" 4" 1 4" 1 1 4" 1 4" 23" 4" J TOP VIEW SIDE VIEW PROFILED PLASTIC FOR: CENTERLINE & LANE LINE -- W = 4" (BROKEN LINE) NO -PASS LINE & TWO-WAY LEFT -TURN CENTERLINE- W = 4" REVERSIBLE LANE LINE - W = 4" WIDE BROKEN LANE LINE - W = 8" 1" (TYP.) "v TOP VIEW B SIDE VIEW w U H w J LL } m J 0 U >m 100 TO 300 MILS \ 160 MILS MIN. 15 TO 30 MILS DETAIL ( CENTERLINE & LANE LINE NO -PASS LINE & TWO-WAY LEFT -TURN CENTERLINE EMBOSSED PLASTIC FOR: REVERSIBLE LANE LINE (SOLID OR BROKEN LINE) DOUBLE CENTERLINE & DOUBLE LANE LINE EDGE LINE & SOLID LANE LINE 23" 1" 1" 0" TO 2" 4" 0" TO 2" 1" 1" NOT TO SCALE 160 MILS MIN. 15 TO 30 MILS 500 MILS MIN. TOP VIEW PERSPECTIVE VIEW 23" 1 4" 1 23" 1 4" J TOP VIEW /_v SIDE VIEW PROFILED PLASTIC FOR: NO -PASS LINE -- W = 4" (SOLID LINE) TWO-WAY LEFT -TURN CENTERLINE - W = 4" DOUBLE CENTERLINE & DOUBLE LANE LINE - W = 4" EDGE LINE & SOLID LANE LINE -- W = 4" 1 WIDE LANE LINE & WIDE LINE - W = 8" 1 DOUBLE WIDE LANE LINE - W = 8" 2'- 0" 3' - 0" BARRIER CENTERLINE - W = 20" 10" 4" 1 10" 4" 4" 1 20" 4" 4" Ell \ , _ 4„ / 3 J J 6p 90 MILS MIN. TOP VIEW TOP VIEW rr A � � \ 500 MILS MIN. -- - N1 -- SIDE VIEW SIDE VIEW (W _ 1/2") DETAIL OA DOTTED EXTENSION LINE DOTTED LANE LINE - W = 4" WIDE DOTTED LANE LINE - W = 8" PROFILED PLASTIC (BROKEN LINE) 0" TO 2" 160 MILS MIN. 100 TO 300 MILS 15 TO 30 MILS 4" 500 MILS MIN. SIDE VIEW PROFILED EMBOSSED PLASTIC FOR: CENTERLINE & LANE LINE REVERSIBLE LANE LINE (SOLID OR BROKEN LINE) NO -PASS LINE DOUBLE CENTERLINE & DOUBLE LANE LINE TWO-WAY LEFT -TURN CENTERLINE EDGE LINE & SOLID LANE LINE r 0� 500 MILS MIN. J. ®F WA3yJ �' SECTION Qz �® 36103 �01 Ttt 10 L � Apr 1 ,Brian Apr 16 2015 2:27 PM �ayh, PROFILED AND EMBOSSED PLASTIC LINES STANDARD PLAN M-20.20-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Apr 20 2015 10:07 AM STATE DESIGN ENGINEER Washington State Department of Transportation James & 2nd Pedestrian Crossing/Holcomb A - 3 November 13, 2020 Project Number: 20-3002 TRAFFIC CONTROL PLANS XXXX76 GAS STATION KENT STATION APTS E JAMES STN STATE STWOODFORD AVE NPROSPECT AVE NJASON AVE NCLARK AVE NCENTRAL AVE NE GEORGE ST RAILROAD AVE N1 AVE NW JAMES ST 1 AVE N2 AVE NSTOPSTOP3 AVE N4 AVE NRKC/KENT CMNS5 AVE NKENT STATION DRIVEWAY1 AVE N1 AVE N3 AVE N28” REFL. CONE. OFFSET CONES TO MAINTAIN 11’ MIN. TRAVEL LANE WIDTH ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. MANDATORY DURING NON-BUSINESS HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO IT’S FULL WIDTH METRO STOP UNAFFECTED BNSF (UNAFFECTED)CENTRAL AVE NCity of Kent SUPERVISOR PHONE NUMBER (office) 8/26/20 CONTRACTOR 253-856-556 Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 1 Drew Holcomb JAMES ST PED IMPROVEMENTS JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 SIDEWALK CLOSED AHEAD CROSS HERE 24” X 12” R9-11L SIDEWALK CLOSED 36” x 24” R9-9 RIGHT LANE CLOSED AHEAD W20-5R ROAD WORK AHEAD W20-1W4-2L SIDEWALK CLOSED AHEAD CROSS HERE 24” X 12” R9-11R W CLOUDY ST CROSSWALK CLOSED 36” x 24” R9-3XC SIDEWALK CLOSED 36” x 24” R9-9 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 5. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES:KENT STATION DRIVEWAYTRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE ROAD WORK AHEAD W20-1 MATCH ABOVEROAD WORK AHEAD W20-1 24” x 36” R9-11 SIDEWALK CLOSED AHEAD SIDEWALK CLOSED AHEAD CROSS HERE 24” X 12” R9-11R W JAMES ST4 AVE NMATCH BELOWRAILROAD AVE NSPEED LIMIT 35 POSTED SPEED LIMIT LEGEND WORK AREA 28” REFL. CONE SIGN LOCATION TEMPORARY TRAFFIC FLOW PROTECTIVE/WORK VEHICLE SEQUENTIAL ARROWBOARD PROPOSED CROSSWALK RAISED ISLAND XXXX76 GAS STATION KENT STATION APTS E JAMES STN STATE STWOODFORD AVE NPROSPECT AVE NJASON AVE NCLARK AVE NCENTRAL AVE NE GEORGE ST RAILROAD AVE N1 AVE NW JAMES ST 1 AVE N2 AVE NSTOPSTOP3 AVE N4 AVE NRKC/KENT CMNS5 AVE NKENT STATION DRIVEWAY1 AVE N1 AVE N3 AVE N28” REFL. CONE. OFFSET CONES TO MAINTAIN 11’ MIN. TRAVEL LANE WIDTH ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. MANDATORY DURING NON-BUSINESS HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO IT’S FULL WIDTH METRO STOP UNAFFECTED BNSF (UNAFFECTED)CENTRAL AVE NCity of Kent SUPERVISOR PHONE NUMBER (office) 8/26/20 CONTRACTOR 253-856-556 Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 2 Drew Holcomb JAMES ST PED IMPROVEMENTS JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 SIDEWALK CLOSED AHEAD CROSS HERE 24” X 12” R9-11L ROAD WORK AHEAD W20-1W4-2L RIGHT LANE CLOSED AHEAD W20-5R SIDEWALK CLOSED AHEAD CROSS HERE 24” X 12” R9-11L W CLOUDY ST CROSSWALK CLOSED 36” x 24” R9-3XC SIDEWALK CLOSED 36” x 24” R9-9 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 5. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES:KENT STATION DRIVEWAYTRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE ROAD WORK AHEAD W20-1 MATCH ABOVESIDEWALK CLOSED AHEAD CROSS HERE 24” X 12” R9-11R W JAMES ST4 AVE NMATCH BELOWROAD WORK AHEAD W20-1 24” x 36” R9-11 SIDEWALK CLOSED AHEAD SIDEWALK CLOSED 36” x 24” R9-9 24” x 36” R9-11 SIDEWALK CLOSED AHEAD RAILROAD AVE NSPEED LIMIT 35 POSTED SPEED LIMIT W JAMES ST RAISED ISLAND LEGEND WORK AREA 28” REFL. CONE SIGN LOCATION TEMPORARY TRAFFIC FLOW PROTECTIVE/WORK VEHICLE SEQUENTIAL ARROWBOARD PROPOSED CROSSWALK XXXX76 GAS STATION KENT STATION APTS E JAMES STN STATE STWOODFORD AVE NPROSPECT AVE NJASON AVE NCLARK AVE NCENTRAL AVE NE GEORGE ST RAILROAD AVE N1 AVE NW JAMES ST 1 AVE N2 AVE NSTOPSTOP3 AVE N4 AVE NRKC/KENT CMNS5 AVE NKENT STATION DRIVEWAY1 AVE N1 AVE N28” REFL. CONE. OFFSET CONES TO MAINTAIN 11’ MIN. TRAVEL LANE WIDTH ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. METRO STOP UNAFFECTED BNSF (UNAFFECTED)CENTRAL AVE NROAD WORK AHEAD W20-1 W CLOUDY ST 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 5. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES:MATCH SHEET 4RAISED CURB RAISED ISLAND LEFT LANE CLOSED AHEAD W20-5LW4-2R ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 NO ANTICIPATED PEDESTRIAN IMPACT (THIS SHEET) 2 AVE NRAILROAD AVE NLEGEND WORK AREA 28” REFL. CONE SIGN LOCATION TEMPORARY TRAFFIC FLOW PROTECTIVE/WORK VEHICLE SEQUENTIAL ARROWBOARD PROPOSED CROSSWALK ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 MANDATORY DURING NON-BUSINESS HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO IT’S FULL WIDTH W JAMES ST TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE City of Kent SUPERVISOR PHONE NUMBER (office) 8/26/20 CONTRACTOR 253-856-556 Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 3 Drew Holcomb JAMES ST PED IMPROVEMENTS JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 SPEED LIMIT 35 POSTED SPEED LIMIT XXXX76 GAS STATION KENT STATION APTS E JAMES STN STATE STWOODFORD AVE NPROSPECT AVE NJASON AVE NCLARK AVE NCENTRAL AVE NE GEORGE ST RAILROAD AVE N1 AVE NW JAMES ST 1 AVE N2 AVE NSTOPSTOP3 AVE N4 AVE NRKC/KENT CMNS5 AVE NKENT STATION DRIVEWAYMETRO STOP UNAFFECTED SPEED LIMIT 35 POSTED SPEED LIMIT RAISED CURB4 AVE NW JAMES ST ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 BIKE LANE MAINTAINED BIKE LANE MAINTAINED ROAD WORK AHEAD W20-1 MANDATORY DURING NON-BUSINESS HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO IT’S FULL WIDTH RKC/KENT CMNSSHOWARE DRIVEWAY28” REFL. CONE. OFFSET CONES TO MAINTAIN 11’ MIN. TRAVEL LANE WIDTH LEGEND 28” REFL. CONE SIGN LOCATION TEMPORARY TRAFFIC FLOW SEQUENTIAL ARROWBOARD TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE MATCH SHEET 3ROAD WORK AHEAD W20-1 City of Kent SUPERVISOR PHONE NUMBER (office) 8/26/20 CONTRACTOR 253-856-556 Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 4 Drew Holcomb JAMES ST PED IMPROVEMENTS JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419XXXX76 GAS STATION KENT STATION APTS E JAMES STN STATE STWOODFORD AVE NPROSPECT AVE NJASON AVE NCLARK AVE NCENTRAL AVE NE GEORGE ST RAILROAD AVE N1 AVE NW JAMES ST1 AVE N2 AVE NSTOPSTOP3 AVE N4 AVE NRKC/KENT CMNS5 AVE NKENT STATION DRIVEWAYKENT STATION DRIVEWAY 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 5. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. LEFT LANE CLOSED AHEAD W20-5L W4-2R NO ANTICIPATED PEDESTRIAN IMPACT (THIS SHEET) KEEP RIGHT R4-7 18” x 24” XXXX76 GAS STATION KENT STATION APTS E JAMES STN STATE STWOODFORD AVE NPROSPECT AVE NJASON AVE NCLARK AVE NCENTRAL AVE NE GEORGE ST RAILROAD AVE N1 AVE NW JAMES ST 1 AVE N2 AVE NSTOPSTOP3 AVE N4 AVE NRKC/KENT CMNS5 AVE NKENT STATION DRIVEWAY1 AVE N1 AVE N3 AVE N28” REFL. CONE. OFFSET CONES TO MAINTAIN 11’ MIN. TRAVEL LANE WIDTH ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. METRO STOP UNAFFECTED BNSF (UNAFFECTED)CENTRAL AVE NCity of Kent SUPERVISOR PHONE NUMBER (office) 8/26/20 CONTRACTOR 253-856-556 Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 5 Drew Holcomb JAMES ST PED IMPROVEMENTS JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 5. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES:KENT STATION DRIVEWAYMATCH SHEET 6RAISED CURB RAISED ISLAND ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-12 AVE NRAILROAD AVE NSPEED LIMIT 35 POSTED SPEED LIMIT LEGEND WORK AREA 28” REFL. CONE SIGN LOCATION TEMPORARY TRAFFIC FLOW PROTECTIVE/WORK VEHICLE SEQUENTIAL ARROWBOARD PROPOSED CROSSWALK SIDEWALK CLOSED AHEAD CROSS HERE 24” X 12” R9-11R 24” x 36” R9-11 SIDEWALK CLOSED AHEAD SIDEWALK CLOSED 36” x 24” R9-9 SIDEWALK CLOSED 36” x 24” R9-9 TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE MANDATORY DURING NON-BUSINESS HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO IT’S FULL WIDTH SIDEWALK CLOSED 36” x 24” R9-9 XXXX76 GAS STATION KENT STATION APTS E JAMES STN STATE STWOODFORD AVE NPROSPECT AVE NJASON AVE NCLARK AVE NCENTRAL AVE NE GEORGE ST RAILROAD AVE N1 AVE NW JAMES ST 1 AVE N2 AVE NSTOPSTOP3 AVE N4 AVE NRKC/KENT CMNS5 AVE NKENT STATION DRIVEWAYADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. METRO STOP UNAFFECTED 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 5. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: SPEED LIMIT 35 POSTED SPEED LIMIT RAISED CURB 4 AVE NW JAMES ST ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 City of Kent SUPERVISOR PHONE NUMBER (office) 8/26/20 CONTRACTOR 253-856-556 Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 6 Drew Holcomb JAMES ST PED IMPROVEMENTS JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 MATCH SHEET 5ROAD WORK AHEAD W20-1 RIGHT LANE CLOSED AHEAD W20-5R ROAD WORK AHEAD W20-1 W4-2L ROAD WORK AHEAD W20-1 MANDATORY DURING NON-BUSINESS HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO IT’S FULL WIDTH RKC/KENT CMNSSHOWARE DRIVEWAY28” REFL. CONE. OFFSET CONES TO MAINTAIN 11’ MIN. TRAVEL LANE WIDTH LEGEND 28” REFL. CONE SIGN LOCATION TEMPORARY TRAFFIC FLOW SEQUENTIAL ARROWBOARD BICYCLES MUST DISMOUNT AND USE SIDEWALK 36” x 36” CUSTOM BIKE LANE ENDS W9-1B SIDEWALK CLOSED AHEAD CROSS HERE 24” X 12” R9-11L 24” x 36” R9-11 SIDEWALK CLOSED AHEAD TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE James & 2nd Pedestrian Crossing/Holcomb A - 4 November 13, 2020 Project Number: 20-3002 PROJECT SIGN Your Tax Dollars at Work Anticipated Work Completion Spring 2021 $XXX,XXX KentWA.govContractor Name James & 2nd Pedestrian Crossing/Holcomb A - 5 November 13, 2020 Project Number: 20-3002 PREVAILING WAGE RATES 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: 11/17/2020 County Trade Job Classification Wage HolidayOvertime Note *Risk Class King Asbestos Abatement Workers Journey Level $52.39 5D 1H View King Boilermakers Journey Level $69.29 5N 1C View King Brick Mason Journey Level $60.57 7E 1N View King Brick Mason Pointer-Caulker-Cleaner $60.57 7E 1N View King Building Service Employees Janitor $26.28 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $26.63 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold) $29.33 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $30.33 5S 2F View King Cabinet Makers (In Shop)Journey Level $22.74 1 View King Carpenters Acoustical Worker $64.94 7A 4C View King Carpenters Carpenter $64.94 7A 4C View King Carpenters Carpenters on Stationary Tools $65.07 7A 4C View King Carpenters Creosoted Material $65.07 7A 4C View King Carpenters Floor Finisher $64.94 7A 4C View King Carpenters Floor Layer $64.94 7A 4C View King Carpenters Scaffold Erector $64.94 7A 4C View King Cement Masons Application of all Composition Mastic $64.84 7A 4U View King Cement Masons Application of all Epoxy Material $64.34 7A 4U View King Cement Masons Application of all Plastic Material $64.84 7A 4U View King Cement Masons Application of Sealing Compound $64.34 7A 4U View King Cement Masons Application of Underlayment $64.84 7A 4U View King Cement Masons Building General $64.34 7A 4U View King Cement Masons Composition or Kalman Floors $64.84 7A 4U View King Cement Masons Concrete Paving $64.34 7A 4U View King Cement Masons Curb & Gutter Machine $64.84 7A 4U View King Cement Masons Curb & Gutter, Sidewalks $64.34 7A 4U View King Cement Masons Curing Concrete $64.34 7A 4U View King Cement Masons Finish Colored Concrete $64.84 7A 4U View King Cement Masons Floor Grinding $64.84 7A 4U View King Cement Masons Floor Grinding/Polisher $64.34 7A 4U View King Cement Masons Green Concrete Saw, self- powered $64.84 7A 4U View King Cement Masons Grouting of all Plates $64.34 7A 4U View King Cement Masons Grouting of all Tilt-up Panels $64.34 7A 4U View Page 1 of 16 11/2/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Cement Masons Gunite Nozzleman $64.84 7A 4U View King Cement Masons Hand Powered Grinder $64.84 7A 4U View King Cement Masons Journey Level $64.34 7A 4U View King Cement Masons Patching Concrete $64.34 7A 4U View King Cement Masons Pneumatic Power Tools $64.84 7A 4U View King Cement Masons Power Chipping & Brushing $64.84 7A 4U View King Cement Masons Sand Blasting Architectural Finish $64.84 7A 4U View King Cement Masons Screed & Rodding Machine $64.84 7A 4U View King Cement Masons Spackling or Skim Coat Concrete $64.34 7A 4U View King Cement Masons Troweling Machine Operator $64.84 7A 4U View King Cement Masons Troweling Machine Operator on Colored Slabs $64.84 7A 4U View King Cement Masons Tunnel Workers $64.84 7A 4U View King Divers & Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $116.80 7A 4C View King Divers & Tenders Dive Supervisor/Master $81.98 7A 4C View King Divers & Tenders Diver $118.80 7A 4C 8V View King Divers & Tenders Diver On Standby $76.98 7A 4C View King Divers & Tenders Diver Tender $69.91 7A 4C View King Divers & Tenders Manifold Operator $69.91 7A 4C View King Divers & Tenders Manifold Operator Mixed Gas $74.91 7A 4C View King Divers & Tenders Remote Operated Vehicle Operator/Technician $69.91 7A 4C View King Divers & Tenders Remote Operated Vehicle Tender $65.19 7A 4C View King Dredge Workers Assistant Engineer $70.62 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $70.07 5D 3F View King Dredge Workers Boatmen $70.62 5D 3F View King Dredge Workers Engineer Welder $71.97 5D 3F View King Dredge Workers Leverman, Hydraulic $73.41 5D 3F View King Dredge Workers Mates $70.62 5D 3F View King Dredge Workers Oiler $70.07 5D 3F View King Drywall Applicator Journey Level $64.94 5D 1H View King Drywall Tapers Journey Level $65.31 5P 1E View King Electrical Fixture Maintenance Workers Journey Level $31.99 5L 1E View King Electricians - Inside Cable Splicer $89.11 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $95.77 7C 4E View King Electricians - Inside Certified Welder $86.08 7C 4E View King Electricians - Inside Certified Welder (tunnel) $92.44 7C 4E View King Electricians - Inside Construction Stock Person $43.18 7C 4E View King Electricians - Inside Journey Level $83.05 7C 4E View King Electricians - Inside Journey Level (tunnel) $89.11 7C 4E View King Electricians - Motor Shop Journey Level $47.53 5A 1B View King Electricians - Powerline Construction Cable Splicer $82.39 5A 4D View King Electricians - Powerline Construction Certified Line Welder $75.64 5A 4D View King Electricians - Powerline Construction Groundperson $49.17 5A 4D View King Electricians - Powerline Construction Heavy Line Equipment Operator $75.64 5A 4D View King Journey Level Lineperson $75.64 5A 4D View Page 2 of 16 11/2/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... Electricians - Powerline Construction King Electricians - Powerline Construction Line Equipment Operator $64.54 5A 4D View King Electricians - Powerline Construction Meter Installer $49.17 5A 4D 8W View King Electricians - Powerline Construction Pole Sprayer $75.64 5A 4D View King Electricians - Powerline Construction Powderperson $56.49 5A 4D View King Electronic Technicians Journey Level $53.57 7E 1E View King Elevator Constructors Mechanic $97.31 7D 4A View King Elevator Constructors Mechanic In Charge $105.06 7D 4A View King Fabricated Precast Concrete Products All Classifications - In-Factory Work Only $18.25 5B 1R View King Fence Erectors Fence Erector $44.40 7A 4V 8Y View King Fence Erectors Fence Laborer $44.40 7A 4V 8Y View King Flaggers Journey Level $44.40 7A 4V 8Y View King Glaziers Journey Level $69.26 7L 1Y View King Heat & Frost Insulators And Asbestos Workers Journeyman $79.43 5J 4H View King Heating Equipment Mechanics Journey Level $89.61 7F 1E View King Hod Carriers & Mason Tenders Journey Level $54.01 7A 4V 8Y View King Industrial Power Vacuum Cleaner Journey Level $13.50 1 View King Inland Boatmen Boat Operator $61.41 5B 1K View King Inland Boatmen Cook $56.48 5B 1K View King Inland Boatmen Deckhand $57.48 5B 1K View King Inland Boatmen Deckhand Engineer $58.81 5B 1K View King Inland Boatmen Launch Operator $58.89 5B 1K View King Inland Boatmen Mate $57.31 5B 1K View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Cleaner Operator, Foamer Operator $31.49 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Grout Truck Operator $13.50 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Head Operator $24.91 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Technician $19.33 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Tv Truck Operator $20.45 1 View King Insulation Applicators Journey Level $64.94 7A 4C View King Ironworkers Journeyman $75.23 7N 1O View King Laborers Air, Gas Or Electric Vibrating Screed $52.39 7A 4V 8Y View King Laborers Airtrac Drill Operator $54.01 7A 4V 8Y View King Laborers Ballast Regular Machine $52.39 7A 4V 8Y View King Laborers Batch Weighman $44.40 7A 4V 8Y View King Laborers Brick Pavers $52.39 7A 4V 8Y View King Laborers Brush Cutter $52.39 7A 4V 8Y View Page 3 of 16 11/2/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Laborers Brush Hog Feeder $52.39 7A 4V 8Y View King Laborers Burner $52.39 7A 4V 8Y View King Laborers Caisson Worker $54.01 7A 4V 8Y View King Laborers Carpenter Tender $52.39 7A 4V 8Y View King Laborers Cement Dumper-paving $53.35 7A 4V 8Y View King Laborers Cement Finisher Tender $52.39 7A 4V 8Y View King Laborers Change House Or Dry Shack $52.39 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And Over) $53.35 7A 4V 8Y View King Laborers Chipping Gun (Under 30 Lbs.) $52.39 7A 4V 8Y View King Laborers Choker Setter $52.39 7A 4V 8Y View King Laborers Chuck Tender $52.39 7A 4V 8Y View King Laborers Clary Power Spreader $53.35 7A 4V 8Y View King Laborers Clean-up Laborer $52.39 7A 4V 8Y View King Laborers Concrete Dumper/Chute Operator $53.35 7A 4V 8Y View King Laborers Concrete Form Stripper $52.39 7A 4V 8Y View King Laborers Concrete Placement Crew $53.35 7A 4V 8Y View King Laborers Concrete Saw Operator/Core Driller $53.35 7A 4V 8Y View King Laborers Crusher Feeder $44.40 7A 4V 8Y View King Laborers Curing Laborer $52.39 7A 4V 8Y View King Laborers Demolition: Wrecking & Moving (Incl. Charred Material) $52.39 7A 4V 8Y View King Laborers Ditch Digger $52.39 7A 4V 8Y View King Laborers Diver $54.01 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, Diamond) $53.35 7A 4V 8Y View King Laborers Dry Stack Walls $52.39 7A 4V 8Y View King Laborers Dump Person $52.39 7A 4V 8Y View King Laborers Epoxy Technician $52.39 7A 4V 8Y View King Laborers Erosion Control Worker $52.39 7A 4V 8Y View King Laborers Faller & Bucker Chain Saw $53.35 7A 4V 8Y View King Laborers Fine Graders $52.39 7A 4V 8Y View King Laborers Firewatch $44.40 7A 4V 8Y View King Laborers Form Setter $52.39 7A 4V 8Y View King Laborers Gabian Basket Builders $52.39 7A 4V 8Y View King Laborers General Laborer $52.39 7A 4V 8Y View King Laborers Grade Checker & Transit Person $54.01 7A 4V 8Y View King Laborers Grinders $52.39 7A 4V 8Y View King Laborers Grout Machine Tender $52.39 7A 4V 8Y View King Laborers Groutmen (Pressure) Including Post Tension Beams $53.35 7A 4V 8Y View King Laborers Guardrail Erector $52.39 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level A) $54.01 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level B) $53.35 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level C) $52.39 7A 4V 8Y View King Laborers High Scaler $54.01 7A 4V 8Y View King Laborers Jackhammer $53.35 7A 4V 8Y View King Laborers Laserbeam Operator $53.35 7A 4V 8Y View Page 4 of 16 11/2/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Laborers Maintenance Person $52.39 7A 4V 8Y View King Laborers Manhole Builder-Mudman $53.35 7A 4V 8Y View King Laborers Material Yard Person $52.39 7A 4V 8Y View King Laborers Motorman-Dinky Locomotive $53.35 7A 4V 8Y View King Laborers Nozzleman (Concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) $53.35 7A 4V 8Y View King Laborers Pavement Breaker $53.35 7A 4V 8Y View King Laborers Pilot Car $44.40 7A 4V 8Y View King Laborers Pipe Layer Lead $54.01 7A 4V 8Y View King Laborers Pipe Layer/Tailor $53.35 7A 4V 8Y View King Laborers Pipe Pot Tender $53.35 7A 4V 8Y View King Laborers Pipe Reliner $53.35 7A 4V 8Y View King Laborers Pipe Wrapper $53.35 7A 4V 8Y View King Laborers Pot Tender $52.39 7A 4V 8Y View King Laborers Powderman $54.01 7A 4V 8Y View King Laborers Powderman's Helper $52.39 7A 4V 8Y View King Laborers Power Jacks $53.35 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $53.35 7A 4V 8Y View King Laborers Raker - Asphalt $54.01 7A 4V 8Y View King Laborers Re-timberman $54.01 7A 4V 8Y View King Laborers Remote Equipment Operator $53.35 7A 4V 8Y View King Laborers Rigger/Signal Person $53.35 7A 4V 8Y View King Laborers Rip Rap Person $52.39 7A 4V 8Y View King Laborers Rivet Buster $53.35 7A 4V 8Y View King Laborers Rodder $53.35 7A 4V 8Y View King Laborers Scaffold Erector $52.39 7A 4V 8Y View King Laborers Scale Person $52.39 7A 4V 8Y View King Laborers Sloper (Over 20") $53.35 7A 4V 8Y View King Laborers Sloper Sprayer $52.39 7A 4V 8Y View King Laborers Spreader (Concrete) $53.35 7A 4V 8Y View King Laborers Stake Hopper $52.39 7A 4V 8Y View King Laborers Stock Piler $52.39 7A 4V 8Y View King Laborers Swinging Stage/Boatswain Chair $44.40 7A 4V 8Y View King Laborers Tamper & Similar Electric, Air & Gas Operated Tools $53.35 7A 4V 8Y View King Laborers Tamper (Multiple & Self- propelled) $53.35 7A 4V 8Y View King Laborers Timber Person - Sewer (Lagger, Shorer & Cribber) $53.35 7A 4V 8Y View King Laborers Toolroom Person (at Jobsite) $52.39 7A 4V 8Y View King Laborers Topper $52.39 7A 4V 8Y View King Laborers Track Laborer $52.39 7A 4V 8Y View King Laborers Track Liner (Power) $53.35 7A 4V 8Y View King Laborers Traffic Control Laborer $47.48 7A 4V 9C View King Laborers Traffic Control Supervisor $50.31 7A 4V 9C View King Laborers Truck Spotter $52.39 7A 4V 8Y View King Laborers Tugger Operator $53.35 7A 4V 8Y View Page 5 of 16 11/2/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Laborers Tunnel Work-Compressed Air Worker 0-30 psi $129.67 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi $134.70 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi $138.38 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi $144.08 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi $146.20 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi $151.30 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi $153.20 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi $155.20 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi $157.20 7A 4V 9B View King Laborers Tunnel Work-Guage and Lock Tender $54.11 7A 4V 8Y View King Laborers Tunnel Work-Miner $54.11 7A 4V 8Y View King Laborers Vibrator $53.35 7A 4V 8Y View King Laborers Vinyl Seamer $52.39 7A 4V 8Y View King Laborers Watchman $40.36 7A 4V 8Y View King Laborers Welder $53.35 7A 4V 8Y View King Laborers Well Point Laborer $53.35 7A 4V 8Y View King Laborers Window Washer/Cleaner $40.36 7A 4V 8Y View King Laborers - Underground Sewer & Water General Laborer & Topman $52.39 7A 4V 8Y View King Laborers - Underground Sewer & Water Pipe Layer $53.35 7A 4V 8Y View King Landscape Construction Landscape Construction/Landscaping Or Planting Laborers $40.36 7A 4V 8Y View King Landscape Construction Landscape Operator $72.28 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $64.94 5D 1H View King Marble Setters Journey Level $60.57 7E 1N View King Metal Fabrication (In Shop)Journey Level $40.08 1 View King Millwright Journey Level $66.44 7A 4C View King Modular Buildings Cabinet Assembly $13.50 1 View King Modular Buildings Electrician $13.50 1 View King Modular Buildings Equipment Maintenance $13.50 1 View King Modular Buildings Plumber $13.50 1 View King Modular Buildings Production Worker $13.50 1 View King Modular Buildings Tool Maintenance $13.50 1 View King Modular Buildings Utility Person $13.50 1 View King Modular Buildings Welder $13.50 1 View King Painters Journey Level $43.40 6Z 2B View King Pile Driver Crew Tender $69.91 7A 4C View King Pile Driver Crew Tender/Technician $69.91 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI $80.76 7A 4C View Page 6 of 16 11/2/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI $85.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI $89.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI $94.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI $97.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI $102.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI $104.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI $106.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI $108.26 7A 4C View King Pile Driver Journey Level $65.19 7A 4C View King Plasterers Journey Level $61.67 7Q 1R View King Playground & Park Equipment Installers Journey Level $13.50 1 View King Plumbers & Pipefitters Journey Level $90.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $73.49 7A 3K 8X View King Power Equipment Operators Assistant Engineer $69.12 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $72.84 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $72.84 7A 3K 8X View King Power Equipment Operators Bobcat $69.12 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition Equipment $69.12 7A 3K 8X View King Power Equipment Operators Brooms $69.12 7A 3K 8X View King Power Equipment Operators Bump Cutter $72.84 7A 3K 8X View King Power Equipment Operators Cableways $73.49 7A 3K 8X View King Power Equipment Operators Chipper $72.84 7A 3K 8X View King Power Equipment Operators Compressor $69.12 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser Screed $69.12 7A 3K 8X View King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $72.28 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $73.49 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $72.84 7A 3K 8X View King Power Equipment Operators Conveyors $72.28 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and over $75.72 7A 3K 8X View King Power Equipment Operators Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $74.22 7A 3K 8X View King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $72.84 7A 3K 8X View King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $74.99 7A 3K 8X View King Power Equipment Operators $75.72 7A 3K 8X View Page 7 of 16 11/2/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... Cranes: 300 tons and over or 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $73.49 7A 3K 8X View King Power Equipment Operators Cranes: A-frame - 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators Cranes: Friction cranes through 199 tons $74.99 7A 3K 8X View King Power Equipment Operators Cranes: through 19 tons with attachments, A-frame over 10 tons $72.28 7A 3K 8X View King Power Equipment Operators Crusher $72.84 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches (power) $72.84 7A 3K 8X View King Power Equipment Operators Derricks, On Building Work $73.49 7A 3K 8X View King Power Equipment Operators Dozers D-9 & Under $72.28 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $72.28 7A 3K 8X View King Power Equipment Operators Drilling Machine $74.22 7A 3K 8X View King Power Equipment Operators Elevator And Man-lift: Permanent And Shaft Type $69.12 7A 3K 8X View King Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $72.84 7A 3K 8X View King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $72.28 7A 3K 8X View King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $69.12 7A 3K 8X View King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $72.84 7A 3K 8X View King Power Equipment Operators Gradechecker/Stakeman $69.12 7A 3K 8X View King Power Equipment Operators Guardrail Punch $72.84 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $73.49 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Locator $72.28 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Operator $72.84 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $72.28 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators Loader, Overhead 8 Yards. & Over $74.22 7A 3K 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $73.49 7A 3K 8X View King Power Equipment Operators Loaders, Overhead Under 6 Yards $72.84 7A 3K 8X View King Power Equipment Operators Loaders, Plant Feed $72.84 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $72.28 7A 3K 8X View King Power Equipment Operators Locomotives, All $72.84 7A 3K 8X View Page 8 of 16 11/2/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Power Equipment Operators Material Transfer Device $72.84 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $74.22 7A 3K 8X View King Power Equipment Operators Motor Patrol Graders $73.49 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $73.49 7A 3K 8X View King Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $69.12 7A 3K 8X View King Power Equipment Operators Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $72.28 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $72.84 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $74.22 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $73.49 7A 3K 8X View King Power Equipment Operators Pavement Breaker $69.12 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane Mount) $72.84 7A 3K 8X View King Power Equipment Operators Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $69.12 7A 3K 8X View King Power Equipment Operators Power Plant $69.12 7A 3K 8X View King Power Equipment Operators Pumps - Water $69.12 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $69.12 7A 3K 8X View King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $73.49 7A 3K 8X View King Power Equipment Operators Rigger and Bellman $69.12 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $72.28 7A 3K 8X View King Power Equipment Operators Rollagon $73.49 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $69.12 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $72.28 7A 3K 8X View King Power Equipment Operators Roto-mill, Roto-grinder $72.84 7A 3K 8X View King Power Equipment Operators Saws - Concrete $72.28 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators Scrapers - Concrete & Carry All $72.28 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $73.49 7A 3K 8X View King Power Equipment Operators Service Engineers - Equipment $72.28 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $69.12 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $72.28 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $73.49 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $72.84 7A 3K 8X View King Power Equipment Operators $74.22 7A 3K 8X View Page 9 of 16 11/2/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $74.99 7A 3K 8X View King Power Equipment Operators Slipform Pavers $73.49 7A 3K 8X View King Power Equipment Operators Spreader, Topsider & Screedman $73.49 7A 3K 8X View King Power Equipment Operators Subgrader Trimmer $72.84 7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $72.28 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $74.22 7A 3K 8X View King Power Equipment Operators Tower Crane: over 175’ through 250’ in height, base to boom $74.99 7A 3K 8X View King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $75.72 7A 3K 8X View King Power Equipment Operators Transporters, All Track Or Truck Type $73.49 7A 3K 8X View King Power Equipment Operators Trenching Machines $72.28 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $72.84 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/Driver Under 100 Tons $72.28 7A 3K 8X View King Power Equipment Operators Truck Mount Portable Conveyor $72.84 7A 3K 8X View King Power Equipment Operators Welder $73.49 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $69.12 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Asphalt Plant Operators $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Assistant Engineer $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Barrier Machine (zipper) $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Batch Plant Operator, Concrete $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Bobcat $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Brokk - Remote Demolition Equipment $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Brooms $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Bump Cutter $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cableways $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Chipper $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Compressor $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Finish Machine - Laser Screed $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M $73.49 7A 3K 8X View Page 10 of 16 11/2/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Conveyors $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes friction: 200 tons and over $75.72 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 20 Tons Through 44 Tons With Attachments $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 300 tons and over or 300' of boom including jib with attachments $75.72 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: A-frame - 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: Friction cranes through 199 tons $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: through 19 tons with attachments, A-frame over 10 tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Crusher $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Deck Engineer/Deck Winches (power) $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Derricks, On Building Work $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Dozers D-9 & Under $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Drill Oilers: Auger Type, Truck Or Crane Mount $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Drilling Machine $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Elevator And Man-lift: Permanent And Shaft Type $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Finishing Machine, Bidwell And Gamaco & Similar Equipment $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Forklift: 3000 Lbs And Over With Attachments $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Forklifts: Under 3000 Lbs. With Attachments $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Gradechecker/Stakeman $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Guardrail Punch $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $73.49 7A 3K 8X View Page 11 of 16 11/2/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Locator $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Operator $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/Boom Trucks Over 10 Tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/Boom Trucks, 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead 8 Yards. & Over $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead, 6 Yards. But Not Including 8 Yards $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Overhead Under 6 Yards $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Plant Feed $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders: Elevating Type Belt $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Locomotives, All $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Material Transfer Device $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Motor Patrol Graders $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Oil Distributors, Blower Distribution & Mulch Seeding Operator $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 100 Tons And Over $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 45 Tons Through 99 Tons $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pavement Breaker $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pile Driver (other Than Crane Mount) $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Posthole Digger, Mechanical $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Power Plant $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pumps - Water $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View Page 12 of 16 11/2/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Power Equipment Operators- Underground Sewer & Water Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Remote Control Operator On Rubber Tired Earth Moving Equipment $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rigger and Bellman $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rigger/Signal Person, Bellman (Certified) $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rollagon $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Other Than Plant Mix $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Plant Mix Or Multi-lift Materials $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roto-mill, Roto-grinder $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Saws - Concrete $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scraper, Self Propelled Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers - Concrete & Carry All $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers, Self-propelled: 45 Yards And Over $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Service Engineers - Equipment $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shotcrete/Gunite Equipment $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Slipform Pavers $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Spreader, Topsider & Screedman $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Subgrader Trimmer $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Bucket Elevators $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane Up To 175' In Height Base To Boom $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane: over 175’ through 250’ in height, base to boom $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Cranes: over 250' in height from base to boom $75.72 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Transporters, All Track Or Truck Type $73.49 7A 3K 8X View Page 13 of 16 11/2/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Power Equipment Operators- Underground Sewer & Water Trenching Machines $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/driver - 100 Tons And Over $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/Driver Under 100 Tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Mount Portable Conveyor $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Welder $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Wheel Tractors, Farmall Type $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Yo Yo Pay Dozer $72.84 7A 3K 8X View King Power Line Clearance Tree Trimmers Journey Level In Charge $53.10 5A 4A View King Power Line Clearance Tree Trimmers Spray Person $50.40 5A 4A View King Power Line Clearance Tree Trimmers Tree Equipment Operator $53.10 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer $47.48 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $36.10 5A 4A View King Refrigeration & Air Conditioning Mechanics Journey Level $85.51 6Z 1G View King Residential Brick Mason Journey Level $60.57 7E 1N 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 $48.17 7A 4C View King Residential Drywall Tapers Journey Level $47.73 5P 1E View King Residential Electricians Journey Level $36.01 1 View King Residential Glaziers Journey Level $45.90 7L 1H 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 $27.80 1 View King Residential Plumbers & Pipefitters Journey Level $39.43 1 View King Residential Refrigeration & Air Conditioning Mechanics Journey Level $55.87 5A 1G View King Residential Sheet Metal Workers Journey Level (Field or Shop) $54.01 7F 1R View King Residential Soft Floor Layers Journey Level $51.07 5A 3J View King Residential Sprinkler Fitters (Fire Protection) Journey Level $50.89 5C 2R View King Residential Stone Masons Journey Level $60.57 7E 1N View King Residential Terrazzo Workers Journey Level $55.71 7E 1N View King Residential Terrazzo/Tile Finishers Journey Level $24.39 1 View King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $55.55 5A 3H View King Roofers Using Irritable Bituminous Materials $58.55 5A 3H View King Sheet Metal Workers Journey Level (Field or Shop) $89.61 7F 1E View Page 14 of 16 11/2/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Shipbuilding & Ship Repair New Construction Boilermaker $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Carpenter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Crane Operator $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Electrician $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Heat & Frost Insulator $79.43 5J 4H View King Shipbuilding & Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Machinist $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Operating Engineer $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Painter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Pipefitter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Rigger $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Sheet Metal $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Shipfitter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Warehouse/Teamster $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Welder / Burner $36.36 7V 1 View King Shipbuilding & Ship Repair Ship Repair Boilermaker $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Carpenter $44.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Electrician $47.42 7X 4J View King Shipbuilding & Ship Repair Ship Repair Heat & Frost Insulator $79.43 5J 4H View King Shipbuilding & Ship Repair Ship Repair Laborer $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Machinist $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Painter $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Pipefitter $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Rigger $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Sheet Metal $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Shipwright $44.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Warehouse / Teamster $45.06 7Y 4K View King Sign Makers & Installers (Electrical) Journey Level $49.44 0 1 View King Sign Makers & Installers (Non- Electrical) Journey Level $31.96 0 1 View King Soft Floor Layers Journey Level $51.07 5A 3J View King Solar Controls For Windows Journey Level $13.50 1 View King Sprinkler Fitters (Fire Protection)Journey Level $84.39 5C 1X View King Stage Rigging Mechanics (Non Structural) Journey Level $13.50 1 View King Stone Masons Journey Level $60.57 7E 1N View King Street And Parking Lot Sweeper Workers Journey Level $19.09 1 View King Surveyors Assistant Construction Site Surveyor $72.28 7A 3K 8X View King Surveyors Chainman $69.12 7A 3K 8X View King Surveyors Construction Site Surveyor $73.49 7A 3K 8X View King Telecommunication Technicians Journey Level $53.57 7E 1E View King Cable Splicer $41.81 5A 2B View Page 15 of 16 11/2/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... Telephone Line Construction - Outside King Telephone Line Construction - Outside Hole Digger/Ground Person $23.53 5A 2B View King Telephone Line Construction - Outside Installer (Repairer) $40.09 5A 2B View King Telephone Line Construction - Outside Special Aparatus Installer I $41.81 5A 2B View King Telephone Line Construction - Outside Special Apparatus Installer II $40.99 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Heavy) $41.81 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Light) $38.92 5A 2B View King Telephone Line Construction - Outside Telephone Lineperson $38.92 5A 2B View King Telephone Line Construction - Outside Television Groundperson $22.32 5A 2B View King Telephone Line Construction - Outside Television Lineperson/Installer $29.60 5A 2B View King Telephone Line Construction - Outside Television System Technician $35.20 5A 2B View King Telephone Line Construction - Outside Television Technician $31.67 5A 2B View King Telephone Line Construction - Outside Tree Trimmer $38.92 5A 2B View King Terrazzo Workers Journey Level $55.71 7E 1N View King Tile Setters Journey Level $55.71 7E 1N View King Tile, Marble & Terrazzo Finishers Finisher $46.54 7E 1N View King Traffic Control Stripers Journey Level $49.13 7A 1K View King Truck Drivers Asphalt Mix Over 16 Yards $63.85 5D 4Y 8L View King Truck Drivers Asphalt Mix To 16 Yards $63.71 5D 4Y 8L View King Truck Drivers Dump Truck $63.71 5D 4Y 8L View King Truck Drivers Dump Truck & Trailer $63.85 5D 4Y 8L View King Truck Drivers Other Trucks $63.85 5D 4Y 8L View King Truck Drivers - Ready Mix Transit Mix $63.85 5D 4Y 8L View King Well Drillers & Irrigation Pump Installers Irrigation Pump Installer $17.71 1 View King Well Drillers & Irrigation Pump Installers Oiler $13.50 1 View King Well Drillers & Irrigation Pump Installers Well Driller $18.00 1 View Page 16 of 16 11/2/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 1 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four- ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 2 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. Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 3 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten- hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 4 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. 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. Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 5 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 (1½) 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. Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 6 Overtime Codes Continued 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. Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 7 Overtime Codes Continued 4. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ½) the straight time rate. In the event the job is down due to weather conditions, 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 work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. 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. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. W. 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. 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 such time as the employee has had a break of eight (8) hours. X. 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. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 8 Overtime Codes Continued 4. Y. 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. All work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. 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. ZOvertime 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. 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. 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. Work performed on Sundays may be paid at double time. All hours worked on holidays shall be paid at double the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and 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). Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 9 Holiday Codes Continued 5. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. A. Paid Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half- Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 10 Holiday Codes Continued 7. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls 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. Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 11 Holiday Codes Continued 7. M. Paid Holidays: New Year's Day, The Day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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. Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 12 Holiday Codes Continued 7. 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. E. Holidays: the day before New Years’s Day, New Year's Day, Martin Luther King, Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day. (12) 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. 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. Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 13 Note Codes Continued 8. 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) f eet above grade elevation receive an additional $0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each 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.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 14 Note Codes Continued 8. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. 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 a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. 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 require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) – 130’ to 199’ – $0.50 per hour over their classification rate. (B) – 200’ to 299’ – $0.80 per hour over their classification rate. (C) – 300’ and over – $1.00 per hour over their classification rate. B. 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. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. 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. Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 15 Note Codes Continued 9. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. 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. F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required.