Loading...
HomeMy WebLinkAboutCAG2021-412 - Original - Northwest Cascade, Inc. - Skyline Sanitary Sewer Extension - 09/21/2021 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: Agreement Routing Form DirAsst: 40 •kkv For Approvals,Signatures and Records Management Dir/Dep: KENT This form combines&replaces the Request for Mayor's Signature and Contract Cover (optional) WASHINGTON Sheet forms. (Print on pink or cherry colored paper) Originator: Department: Nancy Y. for Thomas Leyrer Public Works Date Sent: Date Required: c 09/15/2021 09/22/2021 QAuthorized to Sign: Date of Council Approval: Q �✓ Mayor or Designee 09/07/2021 Budget Account Number: Grant? YesE NoF—] S20045 Budget?❑✓ Yes[:]NO TYpe: N/A dL�= Vendor Name: Category: Northwest Cascade, Inc. Contract Vendor Number: Sub-Category: Other 0 0 Project Name: Skyline Sanitary Sewer Extension oProject Details: Constructing approximately 550 LF of 8" diameter sanitary sewer, 140 LF of 6" diameter side sewer, and surface restoration. 40 c Basis for Selection of Contractor: � AgreementAmount: 515,218.46 Other E *Memo to Mayor must be attached � Start Date: Mayor's signatl Termination Date: 20 Working days a Local Business? Yes F]No*If meets requirements per KCC 3.70.100,please complete"Vendor Purchase-Local Exceptions"form on Cityspace. Business License Verification: ❑YesF1 In-Process F1 Exempt(KCC 5.01.045) Notice required prior to disclosure? Contract Number: CAG 2021-412 F--]YesF--]No Comments: 1A 3 0 a, 9/21/21 Date Received:City Attorney: 9/15/21 1 Date Routed:Mayor's Office City Clerk's Office adccW22373_7_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20210513 • KENT W A S M I N G T O N DATE: September 7, 2021 TO: Kent City Council SUBJECT: Skyline Sanitary Sewer Extension Project Bid - Award MOTION: I move to award the Skyline Sanitary Sewer Extension Project to Northwest Cascade, Inc. in the amount of $515,218.46 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 constructing approximately 550 lineal feet of 8" diameter sanitary sewer, 140 lineal feet of 6" diameter side sewer and surface restoration. The bid opening for the Skyline Sanitary Sewer Extension Project was held on August 24, 2021 with four bids received. The lowest responsible and responsive bid was submitted by Northwest Cascade, Inc. in the amount of $515,218.46. Bid Tab Summary 01. Northwest Cascade, Inc. $515,218.46 02. Road Construction Northwest, Inc. $557,074.90 03. New X, Inc. $617,276.61 04. A Advanced Septic Services, Inc. $623,080.56 Engineer's Estimate $533,985.00 BUDGET IMPACT: This project will be paid for with sanitary sewer funds. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. ATTACHMENTS: 1. Skyline Sewer Bid Tab (PDF) CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Skyline Sanitary Sewer Extension Project Number: 11-3003 BIDS ACCEPTED UNTIL August 24, 2021 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. PUBLIC WORKS DIRECTOR • KEN TT WA 5 H IN G T O N 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 Traffic Control Plan Section 6 Prevailing Wage Rates Section 7 City of SeaTac Right-Of-Way Use Permit Conditions CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Skyline Sanitary Sewer Extension Project Number: 11-3003 BIDS ACCEPTED UNTIL August 24, 2021 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. PUBLIC WORKS DIRECTOR KENT W A S H I N G T O N 1.0 51094 �a� 'MIS BIDDER'S NAME W h[aS4 CaG&&` (toC CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Skyline Sanitary Sewer Extension Project Number: 11-3003 BIDS ACCEPTED UNTIL August 24, 2021 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-SS95 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR KENT W A 5 H I N G T 0 N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration - City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2 - Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal Subcontractor List (over $1 million) - HVAC, Plumbing, and Electrical Subcontractor List (over $1 million) - Structural Steel Installation and 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 Traffic Control Plan Prevailing Wage Rates City of SeaTac Right-Of-Way Use Permit Conditions INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through August 24, 2021 up to 11:00 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 11:00 a.m. for the City of Kent project named as follows: Skyline Sanitary Sewer Extension Project Number: 11-3003 The City Clerk will read the bids out loud from the Clerk's office. Individuals can stand in the lobby outside the Clerk's office during the bid. The project consists of constructing approximately 550 LF of 8" diameter sanitary sewer, 140 LF of 6" diameter side sewer, and surface restoration. Should a contract be executed, it is the contractor's responsibility to comply with all COVID-19 workplace health and safety measures established by the state Department of Labor & Industries or otherwise imposed by the Governor, the state Department of Health, or the Local Health Officer of Seattle-King County Public Health, or subsequent modifications to such health and safety measures as those authorities may issue, including providing all needed personal protective equipment. The Engineer's estimated range for this project is approximately $500,000 to $600,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Thomas Leyrer at 253-856- 5562. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Plans and specifications can also be downloaded at no charge at KentWA.gov/doing_ business bids-procurement. Copies of the WSDOT Standard Specifications are available for perusal only. Apprentice Utilization Requirements are mandatory for all public works estimated to cost one million dollars or more, in which case no less than 15% of the labor hours must be performed by apprentices. KCC 6.01.030. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. Note: The award of the contract will not occur until the City of Kent has reviewed all bids 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 performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 9t" day of August, 2021. BY: -4V,6�- Kimberle A. Komoto, City Clerk Published: Daily Journal of Commerce on August 10 and 17, 2021 Washington State Office of Minority and Women's Business Enterprise on August 10, 2021 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date s 44 This statement relates to a proposed contract with the City of Kent named Skyline Sanitary Sewer Extension Project Number: 11-3003 I am the undersigned bidder or prospective contractor. I represent that - r 1. I have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. ft0ftU1,W Oa&OA& NAME OF BIDDER BY: SIG ATURE/T LE f o x ^133q e) ADDRES (Note to Bidders: The information required in this Compliance Statement is informational only) Skyline Sanitary Sewer Extension/Leyrer 1 August 9, 2021 Project Number: 11-3003 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract, I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract, the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By. S For: �- Title: Date: Skyline Sanitary Sewer Extension/Leyrer 2 August 9, 2021 Project Number: 11-3003 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. Skyline Sanitary Sewer Extension/Leyrer 3 August 9, 2021 Project Number: 11-3003 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contractor for the contract known as Skyline Sanitary Sewer Extension/Project Number: 11-3003 that was entered into on the Date 8 2U between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: For: Al 4v�*i LuA + S Q C Title: V-P . 1)-�' �'LS Date: g �'Ll Skyline Sanitary Sewer Extension/Leyrer 4 August 9, 2021 Project Number: 11-3003 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that N cd&Ay, 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 Skyline Sanitary Sewer Extension/Project Number: 11-3003 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. UANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. Skyline Sanitary Sewer Extension/Leyrer 5 August 9, 2021 Project Number: 11-3003 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. UANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $4,00,o0 $ L&50.0 WSDOT LUMP SUM Per LS 1003 1-07.15(1) 1 SPCC Plan $ "9WW $ S�v'V b KSP LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $cZ&�-O$ ;&,CV0.Go WSDOT LUMP SUM Per LS 1010 2-02.5 230 Remove Existing Asphalt $ �'0V $ �� ��.0-0 KSP SQ YDS Concrete Pavement Per SY 1015 2-02.5 980 Remove Existing Cement $ 1 00 $ r KSP SQ YDS Concrete Pavement Per SY 1020 5-04.5 950 Planing Bituminous Pavement $ (?'M $ g/0O)'-'� KSP SQ YDS Per SY 1050 2-02.5 540 Saw Cut Existing Asphalt $ $ it KSP LN FT Concrete Pavement Per LF 1055 2-02.5 2,450 Saw Cut Existing Cement $ tf• S6 $ A(W9,100 KSP LN FT Concrete Pavement Per LF 1060 2-03.5 145 Roadway Excavation Incl. $ �•OCR $ 7, Dom`06 WSDOT CU YDS Haul Per CY 1065 2-03.5 20 Unsuitable Foundation $ �S`�U $ WSDOT CU YDS Excavation Incl. Haul Per CY Skyline Sanitary Sewer Extension/Leyrer 6 August 9, 2021 Project Number: 11-3003 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. UANTITY ''P//RICE AMOUNT 1080 4-04.5 40 Crushed Surfacing Top $ ` -ov $ '� * KSP TONS Course, 5/8 Inch Minus Per TON $6../00 Min) , 1085 4-04.5 270 Crushed Surfacing Base $ ` / )- a $ KSP TONS Course, 1-1/4 Inch Minus Per TON $6.00 Min 1095 5-04.5 455 HMA Class 1/2 , PG 58V-22 $ I(p C400 $ -7 4600-0ff KSP TONS Per TON 1125 5-04.5 70 HMA Class 1/2", PG 58V-22 $ Ob$ 17, `f �0"00 KSP TONS for Temporary Pavement Per TON Patch 1131 5-05.5 5 Cement Concrete Pavement - $'�.M&00$ 10,00o" 00 KSP CU YDS Including Dowels Per CY 1220 7-05.5 1 Adjust Existing Catch Basin $ 1"`06$ 00"00 KSP EACH Grate or Curb Inlet Grate to Per EA Finished Grade 1225 7-05.5 1 Adjust Existing Manhole Cover $ te0 CD$ LeOD-07) KSP EACH to Finished Grade Per EA �� 1230 7-12.5 5 Adjust Existing Valve Box Top $ OD, $ 31="0 d KSP EACH Section and Lid to Finished Per EA Grade 1261 8-12.5 1 Remove and Restore Pump $-70'3 -6V $ 7c�- 0" KSP LUMP SUM Station Sign Per LS The description of this bid item is identical to a bid item(s) found in more than one schedule. * In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Skyline Sanitary Sewer Extension/Leyrer 7 August 9, 2021 Project Number: 11-3003 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT rrll 1265 8-12.5 40 Remove and Restore Fence $�vU $ 1,W.0V KSP LN FT Per LF 1315 8-28.5 14 Pothole Utilities $ K5-Dd$ &, NO.Db KSP EACH Per EA 1355 1-04.4(1) 1 Minor Changes $15,000* $15,000 WSDOT CALC Per CALC *Common price to all bidders Sub Total $ 10.1% Sales Tax $ Schedule I Total $ - c Skyline Sanitary Sewer Extension/Leyrer 8 August 9, 2021 Project Number: 11-3003 SCHEDULE III - SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3005 7-17.5 550 PVC Sewer Pipe, $ 55•M $ �0,)SDW KSP LN FT 8 Inch Diameter Per LF 3035 7-18.5 140 PVC Side Sewer Pipe, $ 16• ab $ KSP LN FT 6 Inch Diameter Per LF 3050 7-05.5 5 Manhole Under 12 Feet, $ r EA KSP EACH Type 1 48 Inch Diameter Per 3085 7-05.5 5 LockingManhole Frame and $ ���� $ 75`0 KSP EACH Cover Per EA 3100 7-19.5 3 Sewer Cleanout $ 00)S OQ '3,on"oV WSDOT EACH Per EA 3115 2-09.5 7,900 Shoring or Extra Excavation, $ $ �� O•vv WSDOT SQ FT Class B Per SF 3120 7-08.5 20 Foundation Material, $ Glb $ �` 'uv'V0 KSP TONS Class I and II Per TON 3130 2-09.5 10 Controlled Density Fill $ CIO$ WSDOT CU YDS Per CY 3140 4-04.5 950 Crushed Surfacing Top $ qc),OD $ 3iMX'06 * KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min The description of this bid item is identical to a bid item(s) found in more than one schedule. * In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Skyline Sanitary Sewer Extension/Leyrer 9 August 9, 2021 Project Number: 11-3003 SCHEDULE III - SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. UANTITY PRICE AMOUNT Sub Total $ 10.1% Sales Tax $ r idf� Schedule III Total $ C/&`S Skyline Sanitary Sewer Extension/Leyrer 10 August 9, 2021 Project Number: 11-3003 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 200 Traffic Control Labor $ 81.00 $ /&,'16b'00 KSP HOURS Per HR 5010 1-10.5(2) 400 Construction Signs Class A $35iUD $ 10V100 WSDOT SQ FT Per SF 5015 1-10.5 100 Traffic Control Supervisor $ /00W $ KSP HOURS Per HR 5016 1-10.5 120 Uniformed Off-Duty Police $ S ��$ KSP HOURS Officer Per HR 5020 1-10.5 1 Temporary Traffic Control $tGMc0v$ KSP LUMP SUM Devices Per LS 5030 1-10.5 140 Portable Changeable Message $ 16- V $ g�( •Q KSP DAYS Sign (PCMS) Per DAY 5035 1-10.5 40 Sequential Arrow Sign (SAS) $ OQ`C�b $ KSP DAYS Per DAY 5050 8-22.5 1 Permanent Channelization $2GEW0$ -tv�•�� KSP LUMP SUM Per LS 5080 8-23.5 550 Temporary Pavement Marking $ d• &6 $ 5 -0' WSDOT LN FT - Short Duration Per LF Sub Total $ ( &400 10.1% Sales Tax $ Schedule V Total $ WY. Skyline Sanitary Sewer Extension/Leyrer 11 August 9, 2021 Project Number: 11-3003 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. 2UANTITY PRICE AMOUNT 7000 8-01.5(2) 0.1 Seeding, Fertilizing, and $ I Llf"?Vv)$ I I WTI KSP ACRE Mulching Per AC 7005 8-01.5(2) 380 Filter Fabric Fence $ l-V ) $ ;'),D�DCV KSP LN FT Per LF 7010 8-01.5(2) 100 Wattle $ -``&O $ aw'v v WSDOT LN FT Per LF 7015 8-01.5(2) 6 Inlet Protection $ &•v U $ tt6 v•oV KSP EACH Per EA 7030 8-01.5(2) 30 ESC Lead $ �w U $��`C�� w KSP HOURS Per HR 7055 8-01.5(2) 1 Erosion/Water Pollution $10,000* $10,000 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders Schedule VII Total $ -7 10.1% Sales Tax $ ■ Schedule VII Total $ -7 Skyline Sanitary Sewer Extension/Leyrer 12 August 9, 2021 Project Number: 11-3003 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY / PRICE AMOUNT 8005 8-02.5 30 Topsoil Type A 'U � $ -w$ 0021 IO'06 KSP CU YDS Per CY 8015 8-02.5 20 Wood Chip Mulch $ -7q'" V $ I,6101,06 KSP CU YDS Per CY Sub Total $ � 776'00 10.1% Sales Tax $ �T. r Schedule VIII Total $ Skyline Sanitary Sewer Extension/Leyrer 13 August 9, 2021 Project Number: 11-3003 BID SUMMARY Schedule I go, "`-" ` la--5 / Street /� Schedule III ` -r -` ` &,S Sewer �'f Schedule V ` `0/g. � 0 - Traffic Control Schedule VII / 9, 79 4' t9 7 Temporary Erosion &Sedimennttation Control Schedule VIII � 1ST' ` 7 Roadside Restoration TOTAL BID AMOUNT / S�I � ' Skyline Sanitary Sewer Extension/Leyrer 14 August 9, 2021 Project Number: 11-3003 SUBCONTRACTOR LIST (Contracts over 1 million dollars) HVAC, PLUMBING AND ELECTRICAL Name of Bidder: `�'Ca"" ,U1 L Project Name: Skyline.Sanitary Sewer Extension Project Number: 11-3003 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 Bidder to submit, within 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: Plumbing Subcontractor Name: Electrical Subcontractor Name: ' T Signature of d nder '1 Date Skyline Sanitary Sewer Extension/Leyrer 15 August 9, 2021 Project Number: 11-3003 SUBCONTRACTOR LIST (Contracts over 1 million dollars) STRUCTURAL STEEL INSTALLATION AND REBAR INSTALLATION Name of Bidder: �s'�" G Project Name: Skyline Sanitary Sewer Extension Project Number: 11-3003 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 Bidder to submit, within 48 hours 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. Structural Steel Installation Subcontractor Name: Rebar Installation Subcontractor Name: N A- Signature o Idder Date Skyline Sanitary Sewer Extension/Leyrer 16 August 9, 2021 Project Number: 11-3003 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. Skyline Sanitary Sewer Extension/Leyrer 17 August 9, 2021 Project Number: 11-3003 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. I , ,, SUBMITTED BY: � �+ - yw� , [+c NAME: -Awx5 ADDRESS: -73�91 WA- QV313 PRINCIPAL OFFICE: LIS'� S ''`� `�'►C ADDRESS: -PC) MODK -733-9 PHONE: aQ - SUE- ash FAX: as3- ELI - �5U 5 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 certifi to of registration in compliance with chapter 18.27 RCW.Ca{fadu�� 1.2 Provide your current state unified business identifier number. 0-7sr Dr49- 1 U9? 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington Master License Service Registration and Licenses" form is t pically sufficient evide ce of the requirements of this subsections y t'yr� 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under Skyline Sanitary Sewer Extension/Leyrer 18 August 9, 2021 Project Number: 11-3003 14/16/2021 , NORTHWEST CASCADE INC weLyaYw,�iN Lubor&Industries�5.n..reJllni.wa-nod, NORTHWEST CASCADE INC Owner.ortradesperson PO BOX 73399 Principals PUYALLUP,WA 98373-0390 LILIEQUIST,CARL ANDERS,PRESIDENT 253.84E- 371 County PIERCE County 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) Dikllch,John Martin,PRESIDENT (End:09121/2015) BARGER,STEPHEN Richard,VICE PRESIDENT (End:09/21/2015) PERRY,MARK Roger,SECRETARY (End:10/27f2015) Doing business as NORTHWEST CASCADE INC WA UBI No. Business type 278 049149 Corporation Governing persons MARK R PERRY J R INMAN; RON INMAN; CARL LILIEQUIST,• CLINT MYERS; GREG POTTS; License Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active . __-- _.. Meets current requirements. License specialties GENERAL License no. NORTHC1148BG Effective—expiration 01107/1 9 8 6-1 010 212 0 21 Bond Fidelity&Deposit Co of MD $12.000.00 Bond account no. 09090648 Received by L&I Effective dale 0911712012 10/01/2012 Expiration date Until Canceled Insurance Zurich American Ins Cc $1.000,000.00 Policy no. GLA-0136424-04 Received by L&I Effective date https://socure.ini.wa.gov/verify/Detail.aspx9UBI=278049149&LIC=NORTHC114BBG&SAW= 113 14/15/2021 NORTHWEST CASCADE INC 09130/2020 10101/2018 Expiration date 1010112021 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savingis R6 lawsurle agafnvt trio 6tmiinr aavings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No ITcense v(oletions during the previous 6 year period. Certifications&Endorsements OMWBE Cerlitications No ac(riTe"eer`c itions exist for this business. App ran tics Training Agent Registered trsirling agent.Check their eligible programs and occupations. Workers' Cornp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums, L&I Account ID Account Is current. 206,081-00 Doing business as NORTHWEST CASCADE INC Estimated workers reported Quarter 4 of Year 2020"Greater than 1110 Workers" L&I account contact T2/LINDSEY THURGOOD(360)902-5385-Email:THUT235@lni.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Irmining-Effective July 1,,2019 INQilpf from Phis ieitul retr eni. Contractor Strikes INo s£rikes 6ve'6"n Issued against this contractor. Contractors not allowed to bid No debartnnnts havebaen Issued against this contractor. Workplace Safety&Health T Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 08124/2020 No violations Inspection no. 317960291 Location 8401 Canyon Rd E Puyallup,WA 98371 Inspection results date 0 411 7/20 1 9 No violations Inspection no. 317953878 Location 3280 SW Avalon Way Seattle,WA 9a126 I https://secure.ini.wa.gov/verify/Detall.aspx?UBI=278049149&LIC=NORTHCll48BG&SAW= 213 4/15/2021 . NORTHWEST CASCADE INC Inspection results date No vlolallons 10/24/2017 Inspection no. 317946477 Location 12111 104th Ave E Puyallup,WA 98372 Inspection results date 12JO212016 No violations Inspection no. 317942954 Location 10th Ave 3 Tacoma,WA 98444 Inspection results date 11/15/2016 No violations Inspection no. 317942177 Location 230 County Line Road Pacific,WA 98047 Inspection results date 11/1ti12016 No violations Inspection no. 317942365 Location 10412 John Bananola Way E Puyallup,WA 98374 Inspection results date 02/12/2016 Violations Inspection no. 317938603 Location 23502 Rlrn Road Graham,WA 98338 https:/Isecure.ini.wa.gGv/verify/Detall.aspx?UBI=278049i49&LIC=NORTHC1148BG&SAW= 3/3 Department of Labor and Industries NORTHWEST CASCADE INC PO Box 44450 Olympia,WA 98504-4450 Reg: CC NORTHCI148BG UBI:279-049-149 Registered as provided by Law as: Construction Contractor (CC01)-GENERAL C.� NORTHWEST CASCADE INC Effective Date: 1/7/1986 PO BOX 73399 Expiration Date: 10/2/2021 PUYALLUP WA 9.83730399 I I 4 r � DETACH BEFORE POSTING BUSINESS LICENSE WA5 ATE OF Issue Date: Nov 20, 2020 Profit Corporation Unified Business ID#: 278049149 Business ID#: 001 Location: 0001 I NORTHWEST CASCADE, INC. Expires: Nov 30, 2021 10412 JOHN BANANOLA WAY E PUYALLUP, WA 98374-9333 TAX REGISTRATION-ACTIVE CITY ENDORSEMENTS: MOUNT VERNON GENERAL BUSINESS-NON-RESIDENT-ACTIVE PUYALLUP GENERAL BUSINESS-NON-RESIDENT#1006-ACTIVE LAKEWOOD GENERAL BUSINESS -NON-RESIDENT#BL02-00051 -ACTIVE BAINBRIDGE ISLAND GENERAL BUSINESS -NON-RESIDENT#42088-ACTIVE CHEHALIS GENERAL BUSINESS- NON-RESIDENT#14-5166-ACTIVE DARRINGTON GENERAL BUSINESS-NON-RESIDENT#19-014-ACTIVE NORTH BEND GENERAL BUSINESS- NON-RESIDENT#001333.0-ACTIVE ORTING GENERAL BUSINESS- NON-RESIDENT#18174-ACTIVE BLACK DIAMOND GENERAL BUSINESS -NON-RESIDENT#BUS2008-0251 -ACTIVE TUKWILA GENERAL BUSINESS- NON-RESIDENT-ACTIVE EDMONDS GENERAL BUSINESS- NON-RESIDENT#NR-026267-ACTIVE 1. MOSES LAKE GENERAL BUSINESS-NON-RESIDENT#BUS2014-10032-ACTIVE SEATAC GENERAL BUSINESS- NON-RESIDENT-ACTIVE TENINO GENERAL BUSINESS-NON-RESIDENT-ACTIVE FEDERAL WAY GENERAL BUSINESS-NON-RESIDENT#99-106090-00-BL-ACTIVE LYNNWOOD GENERAL BUSINESS-NON-RESIDENT#003569-01-1967-ACTIVE MOUNTLAKE TERRACE GENERAL BUSINESS- NON-RESIDENT#12550-ACTIVE STEILACOOM GENERAL BUSINESS- NON-RESIDENT-ACTIVE i' ROY GENERAL BUSINESS-NON-RESIDENT#319-ACTIVE BURIEN GENERAL BUSINESS-NON-RESIDENT#00176-ACTIVE CONCRETE GENERAL BUSINESS-NON-RESIDENT#4308-ACTIVE This document lists llte regislratinus,endowments,and licenses awharized for the business named above.By accr tin this docinnent,the Iicettsee certifies the informalioti on Ilse application was complete,tue,and accurate to the hest of his or her imo%vledge,and that business will be conducted in compliance with all applicable Washington state,counly,and city regulations. Director,Department of Revenue STATE OF WASHINGTON UBI: 278049149 001 0001 Expires: Nov 30, 2021 NORTHWEST CASCADE,INC. TAX REGISTRATION-ACTIVE 10412 JOHN BANANOLA WAY E MOUNT VERNON GENERAL PUYALLUP,WA 98374-9333 BUSINESS-NON-RESIDENT- ACTIVE PUYALLUP GENERAL BUSINESS- NON-RESIDENT#1006-ACTIVE LAKEWOOD GENERAL BUSINESS- NON-RESIDENT#BL02-00051- i 1 r DETACH BEFORE POSTING s_., BUSINESS LICENSE STATE OF Issue Date: Nov 20, 2020 WASHINGTON Profit Corporation Unified Business ID#:278049149 Business ID#: 001 Location: 0001 NORTHWEST CASCADE, INC. Expires:Nov 30, 2021 10412 JOHN BANANOLA WAY E PUYALLUP,WA 98374-9333 CITY ENDORSEMENTS: YACOLT GENERAL BUSINESS-NON-RESIDENT#5110(EXPIRES 4/30/2021)-ACTIVE t r° �y is This document lists the registrations,endorsements,and lirenses authorized for the bushier" Ihahned above.By ac•cepliug this dociunent,the licenseeeertifies the information on the apPIkatio11 was complete,true,and accurate to the best of his or her knowledge,and that husiness will be conducted in compliance with all applicable Washington slate.,county,and city regulations, Mrec•Ior,I)rparlment of Revenue STATE OF WASHINGTON UBI: 278049149 0010001 Expires: Nov 30, 2021 NORTHWEST CASCADE,INC. TAX REGISTRATION-ACTIVE 10412 JOHN BANANOLA WAY E MOUNT VERNON GENERAL PUYALLUP,WA 98374-9333 BUSINESS-NON-RESIDENT- ACTIVE PUYALLUP GENERAL BUSINESS- NON-RESIDENT#1006-ACTIVE LAKEWOOD GENERAL BUSINESS- NON-RESIDENT#BL02-00051- IMPORTANTI PLEASE READ THE FOLLOWING INFORMATION CAREFULLY BEFORE POSTING THIS LICENSE General Information Endorsements • Post this Business License in a visible location at Although tax registration, unemployment, and your place of business. industrial insurance endorsements appear on your Business License,the registration with the agencies • If you were issued a Business License previously, that govern these endorsements is not complete until destroy the old one and post this one in its they have established an account for your business. place. Each registering agency requires you to submit •All endorsements should be renewed by the periodic reports. Each agency will send you the expiration date that appears on the front of this necessary reporting forms and instructions. license to avoid any late fees that may apply. Corporations, limited(lability companies,etc. If there is no expiration date,the endorsements remain active as long as you continue required You must submit a Business License Application reporting (see Endorsements). and file with the Corporations Division of the Secretary of State before you can legally operate • Login to My DOR at husinessma,g Q01 S if you as a corporation,limited liability company, or other need to make changes to your business name, business organization type that requires registration. location, mailing address, telephone number, or If you have any questions, call(360)725-0377. business ownership. Telephone: (360)705-6741 For assistance or to request this document in an alternate format,visit httpJ/business.wa.gov/BLS or call(360)705-6741.Teletype(M)users may use the Washington Relay Service by calling 711. BLS-700-107(04114116) DETACH BEFORE POSTING i }S•5 aµ ° BUSINESS LICENSE l � STATE OF WASHINGTON Issue Date: Nov 20,2020 it . Profit Corporation Unified Business ID#:278049149 Business ID#:001 Location:0002 NORTHWEST CASCADE, INC. Expires: Nov 30, 2021 I 3140 W HWY 16 GORST,WA 98337 + UNEMPLOYMENT INSURANCE-ACTIVE INDUSTRIAL INSURANCE-ACTIVE TAX REGISTRATION-ACTIVE CITY ENDORSEMENTS: POULSBO GENERAL BUSINESS-NON-RESIDENT#1168-ACTIVE �q LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit. This document lists the registrations,esidorsements, and licenses authorized for the business , named above.Byacceptingthis document,the licensee certifies the iufornwlion on the application was complete,true,and accurate to the best of his or tier knowledge,and that business will be • conducted in compliance with all applicable Washington state,county,and city regulations. Directoq Depariment of Revenue STATE OF WASHINGTON UBI:278049149 0010002 Expires: Nov 30, 2021 NORTHWEST CASCADE,INC. 2 UNEMPLOYMENT INSURANCE- 3140 W HWY 16 ACTIVE GORST,WA 98337 INDUSTRIAL INSURANCE-ACTIVE TAX REGISTRATION-ACTIVE POULSBO GENERAL BUSINESS- NON-RESIDENT#1168-ACTIVE IMPORTANTI PLEASE READ THE FOLLOWING INFORMATION CAREFULLY BEFORE POSTING THIS LICENSE General Information Endorsements • Post this Business License in a visible location at Although tax registration, unemployment, and your place of business. industrial insurance endorsements appear on your Business License,the registration with the agencies • If you were issued a Business License previously, that govern these endorsements is not complete until destroy the old one and post this one in its they have established an account for your business. place. Each registering agency requires you to submit •All endorsements should be renewed by the periodic reports. Each agency will send you the expiration date that appears on the front of this necessary reporting forms and instructions. license to avoid any late fees that may apply. Corporations, limited liability companies,etc. If there is no expiration date, the endorsements remain active as long as you continue required You must submit a Business License Application reporting(see Endorsements). and file with the Corporations Division of the Secretary of State before you can legally operate • Login to My DOR at husiness_wa.gavlBLS if you as a corporation, limited liability company, or other need to make changes to your business name, business organization type that requires registration. location, mailing address, telephone number, or If you have any questions,call (360)725-0377. business ownership. Telephone:(360)705-6741 For assistance or to request this document in an alternate format visit hftp:/Ibusiness.wa.gov/BLS or call(360)705-6741.Teletype(TTY)users may use the Washington Relay Service by calling 711. BLS-700.107(04114116) DETACH BEFORE POST ING _ -- �.r. 'n.^rY`��=,� �4-.�_.v •�'X'R`� i'�'.-:. _ -r■'= "'+•':rT_�_r-_i��= �,qL��-e� �• ---- -.:. BUSINESS LICENSE STATE OF Issue Date: Nov 20, 2020 i,l WASHINGTON Unified Business ID#: 278049149 Profit Corporation !' Business ID#: 001 Location: 0003 NORTHWEST CASCADE, INC. Expires: Nov 30, 2021 16207 MERIDIAN E PUYALLUP,WA 98375-6201 SCALE - LARGE (1)-ACTIVE UNEMPLOYMENT INSURANCE-ACTIVE ►.' INDUSTRIAL INSURANCE-ACTIVE MINOR WORK PERMIT-ACTIVE TAX REGISTRATION-ACTIVE 1, 'p UNDERGROUND STORAGE TANKS (2): 6-ACTIVE, 7-ACTIVE CITY ENDORSEMENTS: FIFE GENERAL BUSINESS-NON-RESIDENT-ACTIVE MUKILTEO GENERAL BUSINESS - NON-RESIDENT-ACTIVE CENTRALIA GENERAL BUSINESS-NON-RESIDENT#7807-ACTIVE i YELM GENERAL BUSINESS- NON-RESIDENT#10519-ACTIVE ;y SHELTON GENERAL BUSINESS-NON-RESIDENT#0033710-ACTIVE {, „r BELLINGHAM GENERAL BUSINESS#022764-ACTIVE BONNEY LAKE GENERAL BUSINESS- NON-RESIDENT-ACTIVE 1 CARNATION GENERAL BUSINESS- NON-RESIDENT-ACTIVE COVINGTON GENERAL BUSINESS-NON-RESIDENT#BL99-013-ACTIVE ; DUPONT GENERAL BUSINESS- NON-RESIDENT#303-ACTIVE EATONVILLE GENERAL BUSINESS- NON-RESIDENT-ACTIVE I EDGEWOOD GENERAL BUSINESS -NON-RESIDENT#259-ACTIVE ENUMCLAW GENERAL BUSINESS- NON-RESIDENT#CUST00005306-ACTIVE I FIRCREST GENERAL BUSINESS- NON-RESIDENT-ACTIVE GIG HARBOR GENERAL BUSINESS-NON-RESIDENT-ACTIVE { ISSAQUAH GENERAL BUSINESS-NON-RESIDENT#BUS03-00253-ACTIVE I, { LACEY GENERAL BUSINESS- NON-RESIDENT#119-ACTIVE ' LONGVIEW GENERAL BUSINESS -NON-RESIDENT#569344 -ACTIVE MARYSVILLE GENERAL BUSINESS-NON-RESIDENT#2371 CON703-ACTIVE # This docmnent lists llte registratiuM,endorsements,and IICeIIses airthnrtaed for the busirs!ss { I named kove.By accept ing this document,Ilie licensee ceaifies Ilse:informalion on the aliplica[ton 1 was complete,Erne,and accurate to Ilie best of his or her knowledge,and that busiltess will be conducted in cmullliance with all applicable Washington state,county,and city tegulaf it'119. oboe tor,Deparimen1 of Hevenue STATE OF WASHINGTON UBI: 278049149 001 0003 Expires: Nov 30, 2021 NORTHWEST CASCADE,INC. - SCALE-LARGE(1)-ACTIVE 16207 MERIDIAN E UNEMPLOYMENT INSURANCE- PUYALLUP,WA 98375-6201 ACTIVE INDUSTRIAL INSURANCE-ACTIVE MINOR WORK PERMIT-ACTIVE TAX REGISTRATION-ACTIVE UNDERGROUND STORAGE TANKFIFE GENERAL BUSINESS- DETACH BEFORE POSTING .. BUSINESS LICENSE f STATE OF Issue Date: Nov 20, 2020 WASHINGTON Profit Corporation Unified Business ID#: 278049149 Business ID A 001 Location: 0003 NORTHWEST CASCADE, INC. Expires: Nov 30, 2021 16207 MERIDIAN E PUYALLUP, WA 98375-6201 CITY ENDORSEMENTS: MILTON GENERAL BUSINESS- NON-RESIDENT#5418-ACTIVE NEWCASTLE GENERAL BUSINESS- NON-RESIDENT#2394-ACTIVE OLYMPIA GENERAL BUSINESS -NON-RESIDENT#1095-ACTIVE PORT ORCHARD GENERAL BUSINESS-NON-RESIDENT#13000398-ACTIVE RUSTON GENERAL BUSINESS-NON-RESIDENT#09-064-ACTIVE SAMMAMISH GENERAL BUSINESS- NON-RESIDENT-ACTIVE SUMNER GENERAL BUSINESS- NON-RESIDENT#BUS2002-193-ACTIVE TUMWATER GENERAL BUSINESS-NON-RESIDENT#R-000126-ACTIVE UNIVERSITY PLACE GENERAL BUSINESS-NON-RESIDENT#1_0932-ACTIVE WASHOUGAL GENERAL BUSINESS- NON-RESIDENT#3093-ACTIVE VANCOUVER GENERAL BUSINESS- NON-RESIDENT-ACTIVE MERCER ISLAND GENERAL BUSINESS- NON-RESIDENT#770017-ACTIVE YAKIMA GENERAL BUSINESS-NON-RESIDENT#BL170721 -ACTIVE KALAMA GENERAL BUSINESS-NON-RESIDENT-ACTIVE DUTIES OF MINORS: Ages 16-17: office-filing,typing, prep things for mailing, snack runs. Picking up trash in office, clerical work Ages 14-15: office-filing, typing, prep things for mailing, snack runs. Picking up trash in office, clerical work LICENSING RESTRICTIONS: It is the business's responsibility to comply with minor work permit requirements. See WAC 296-125-030 and WAC 296-125-033 for Non-Agricultural and WAC 296-131-125 for Agricultural guidelines and restricted activities. Minors operating power lawnmowers, nylon string-style weedwhackers, or leafblowers must be at least 16 years of age.WAC 296-125-033(8) _ s •' This document lists Ilse registrations,endorsements,and licenses authorized for the business I.' . ' namedabove.By accepting this documetat,the licensee certifies the informat+oli on the application -,�L.f WAS complete,true,and accurate Io[lie best of his or her knowledge,and that irtlsiness will be conducted in contptiance with ail appIicable Wad sin gion stale,entmty and v I t y rnola tions Direclor,Uepartmenl of Rvven LIe STATE OF WASHINGTON UBI: 278049149 001 0003 Expires: Nov 30, 2021 NORTHWEST CASCADE,INC. SCALE-LARGE(1)-ACTIVE 16207 MERIDIAN E UNEMPLOYMENT INSURANCE- PUYALLUP,WA 98375-6201 ACTIVE INDUSTRIAL INSURANCE-ACTIVE MINOR WORK PERMIT-ACTIVE TAX REGISTRATION-ACTIVE UNDERGROUND STORAGE TANKFIFE GENERAL BUSINESS- IMPORTANTI PLEASE READ THE FOLLOWING INFORMATION CAREFULLY BEFORE POSTING THIS LICENSE General Information Endorsements • Past this Business License in a visible location at Although tax registration, unemployment, and your place of business. industrial insurance endorsements appear on your Business License, the registration with the agencies • If you were issued a Business License previously, that govern these endorsements is not complete until destroy the old one and post this one In its they have established an account for your business. place. Each registering agency requires you to submit •All endorsements should be renewed by the periodic reports. Each agency will send you the expiration date that appears on the front of this necessary reporting forms and instructions. license to avoid any late fees that may apply. Corporations, limited liability companies,etc. If there is no expiration date, the endorsements remain active as long as you continue required You must submit a Business License Application reporting(see Endorsements). and file with the Corporations Division of the Secretary of State before you can legally operate • Login to My DOR at business.wa.oavlSLS if you as a corporation, limited liability company, or other need to make changes to your business name, business organization type that requires registration. location, mailing address, telephone number, or If you have any questions, call(360)725-0377. business ownership. Telephone: (360)705-6741 For assistance or to request this document in an alternate format,vlsit http://business.wa.gov/BLS or call(360)705-6741.Teletype(TTY)users may use the Washington Relay service by calling 711. BLS•700-107(04/14/16) DETACH BEFORE POSTING x. r: RUSINESS LICENSE �>4 STATE OF WASHINGTON Issue Date: Nov 20, 2020 Profit Corporation Unified Business ID#: 278049149 Business ID#: 001 Location: 0005 NORTHWEST CASCADE, INC. Expires: Nov 30,2021 RD NE 15919 WOODINVILLE-REDMOND WOODINVILLE,WA 98072 UNEMPLOYMENT INSURANCE-ACTIVE INDUSTRIAL INSURANCE-ACTIVE TAX REGISTRATION -ACTIVE CITY ENDORSEMENTS: a NORMANDY PARK GENERAL BUSINESS-NON-RESIDENT-ACTIVE LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit. I it This document lists the registrations,endorsements, and licenses authorized for the business , % ,• named above.By acceptingthis document,the licensee certifies the information on the application was complete,true,and accurate to the best of his or her knowledge,and that business will be conducted in compliance wilh all applicable Washington state,cnunfy,and city regulations. Dire(ior,Deparlmenl of Revenue STATE OF WASHINGTON UBI: 278049149 0010006 Expires: Nov 30, 2021 NORTHWEST CASCADE,INC. UNEMPLOYMENT INSURANCE- RD NE 15919 ACTIVE WOODINVILLE-REDMOND INDUSTRIAL INSURANCE-ACTIVE WOODINVILLE,WA 98072 TAX REGISTRATION-ACTIVE NORMANDY PARK GENERAL BUSINESS-NON-RESIDENT- ACTIVE IMPORTANT! PLEASE READ THE FOLLOWING INFORMATION CAREFULLY BEFORE POSTING THIS LICENSE General Information Endorsements • Post this Business License in a visible location at Although tax registration, unemployment, and your place of business. industrial insurance endorsements appear on your Business License,the registration with the agencies • If you were issued a Business License previously, that govern these endorsements is not complete until destroy the old one and post this one in its they have established an account for your business. place. Each registering agency requires you to submit •All endorsements should be renewed by the periodic reports. Each agency will send you the expiration date that appears on the front of this necessary reporting forms and instructions. license to avoid any late fees that may apply. Corporations, limited liability companies,etc. If there is no expiration date, the endorsements remain active as long as you continue required You must submit a Business License Application reporting (see Endorsements). and file with the Corporations Division of the Secretary of State before you can legally operate • Login to My DOR at business.WZ.gav1BLS if you as a corporation,limited liability company, or other need to make changes to your business name, business organization type that requires registration. location, mailing address, telephone number, or If you have any questions, call(360)725-0377. business ownership. Telephone: (360)705-6741 For assistance or to request this document in an alternate format,visit http://business.wo.gov/BLS or call(360)705-6741.Teletype(TTY)users may use the Washington Relay Service by calling 711. BLS-700-107(04114/16) control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.12 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt f om this training requirement. SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? ;�+ 2.2 How many years has your organization been in business under its present business name? +- 2.2.1 Under what other or former names has your organization operated? 9( W 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 1 / 7 f 1q 8 LP 2.3.2 State of incorporation: oa`�"e 2.3.3 President's name: 2.3.4 Vice-president's names): aLS 2.3.5 Secretary's name: t(-S 2.3.6 Treasurer's name: T4 - ,- S 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: / N 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: N i ft 2.5.2 Name of owner: Skyline Sanitary Sewer Extension/Leyrer 19 August 9, 2021 Project Number: 11-3003 CNW NORTHWEST CASCADE INC. POST OFFICE BOX 73399. PUYALLUP,WASHINGTON 98373/TOLL FREE 800-562-4442 August 20,2021 City of Kent 220 4th Avenue S. Kent, WA 98032-5895 Re: Project No: 19-3028. Item: 1.4, 1.5, 1.6 I, Greg Potts, President of Northwest Cascade, Inc., do hereby state that Northwest Cascade, Inc. is not and have not been disqualified from bidding on any public works contracts under RCW 39.06.010 or 39.12.065 (3) in the past 3 years. Northwest Cascade, Inc.,has not been a violator as defined in RCW 49.48.082 of any provisions of chapters 49.46, 49.48 or 49.52 RCW, in the past 3 years. Furthermore, Northwest Cascade, Inc. has been in business for over 50 years,has completed hundreds of public works projects pertaining to any provisions of chapters 39.04 RCW and 39.12 RCW and is in full compliance of all Labor and Industry requirements Pertaining to such training and compliance. Respectfully Submitted, eg Potts ol President GP/jp I 14ORT14WEST CASCADE INC Page 1 of 3 077&17=11rf0s[hitns:llinl.wa.novl Contractors NORTHWEST CASCADE INC Ownar ort►aomersan PO BOX 733" Principals PUYALLUP,WA 98373-0399 LILIEOUIST,CARL ANDERS,PRESIDENT 263448.2371 PIERCE County 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) Dildich,John Martin,PRESIDENT (End:09/21/2015) BARGER,STEPHEN Richard,VICE PRESIDENT (End:09/21/2015) PERRY,MARK Roger,SECRETARY (End:10/27/2015) Doing business as NORTHWEST CASCADE INC WA UBI No. Business type 278 049149 Corporation Governing persons CARL LILIEQUIST CLINT MYERS; GREG POTTS; J R INMAN; MARK R PERRY; RON INMAN; :e:� Verity the oontractors active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active Meets current requirements. License specialties GENERAL License no. NORTHC1148BG Effective—expiration 0110711986-1010212021 _Bond Fidelity $12,000.00 Fidel �Deposit Co of MD Bond account no. 09090648 Received by L&I Effective date 09/17/2012 10/01/2012 Expiration date Until Canceled NORTHWEST CASCADE INC Page 2 of 3 Insurance ....................... Zurich American Ins Co $1,000,000.00 Policy no. GLA-0136424-04 Received by L81 Effective date 09/30/2019 10/01/2018 Expiration date 10101/2020 Insurance history 5avinos No sevinge accounts during the previous 6 year period. Lawsuits e$alnat the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L81 Tax debts . ............................ No L31 tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No license violegons during the previous 6 year period. Certifications &Endorsements OMW13E Certmcations ............................ . No active ceNfications exlst for this business. Apprsntice Tralnlr.0 Agent l ep1'e�eiieiffra1W1Kj agenf.Check their eligible programs and occupations. Workers' Comp Do you know if the business has employees?If so,verify the business Is up-to-date on workers'comp premiums. L81 Account ID Account is current. 266,081-00 Doing business as NORTHWEST CASCADE INC Estimated workers reported Quarter 4 of Year 2019"Greater than 100 Workers" Ltd account contact T2/CRYSTAL RALKEY(360)9024636-Email:KECR235@inl.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Raqulred Training-Effective July ,2R19 Exempt from this requirement. Contractor Strikes ........................................ No strikes have been Issued against this contractor. Contractors not allowed to bid fJo deliaririents Have men Issued against this contractor. Workplace Safety& Health 1 Check for any past safety and health violations found on jobsites this business was responsible for. Inspection ir suits date 04117/2019 No violations Inspection no. 317953678 Location 3280 SW Avalon Way Seattle,WA 98126 Inspection results date 10/2412017 No violations Inspection no. 317946477 httt)s:Hsecure.Ini.wa.gov/verify/Detail.aspx7UBI=278049149&LIC=NORTHCI148BG&SAW= 1/31/2020 NORTHWEST CASCADE INC Page 3 of 3 Location 12111 104th Ave E Puyallup,WA 96372 Inspection results date 12/02/2016 No violations Inspection no. 317942954 Location 10th Ave S Tacoma,WA 98444 Inspection results date 11 M M2016 No violations Inspection no. 317942177 Location 230 County Line Road PacMc,WA 96047 Inspection results date 11M6112016 No violations Inspection no. 317942366 Location 10412 John Bananola Way E Puyallup,WA 98374 _..._....._......., .............. .. w.;.�...._...,.. ............_.............................m............................. „_......... Inspection results date 02112/2016 Violations Inspection no. 317938663 Location 23602 Rim Road Graham,WA 99336 Inspection results date 03109/2015 No violations Inspection no. 317935282 Location N.38th St and N.Tyler St Tacoma,WA 98407 Inspection results date 09/24/2014 Violations Inspection no. 317424647 Location Des Moines Memorial Drive Des Moines,WA 98198 2.6 If the form of your organization is other than those listed above, describe it and name the principals: N)R 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and in icateellicgnsseenmers, if applicable. 3.2 List jurisdictions in whic your CAM--tttioon's partnership or trade name is filed. WA, C)V—1 CA , UT I "TX 4. EXPERIENCE 4.1 List the categoriep of workthat your organization normally performs with its own forces. f md et vi f C�vrrFruc f] 4 ?�i c ' P&rtekLQ 6aA, 134� 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? M b 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? A16 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? N6 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 con truction contract? (If the answer is yes, please attach details.) IV v 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, ontract amount, pert nt complete and scheduled completion date. &U a_�audf) 4.4.1 State total worth of work in progress and under contract: d4A �C' YCtV'XC,f—5[a+ 531,z50 3- to #Uop.S5 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of constructloq Vork performed during the past five years: 5119,L1511 S 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. Q.bc,�M1 4.7 On a separate sheet, list your major equipment. a.tl' ct) Skyline Sanitary Sewer Extension/Leyrer 20 August 9, 2021 Project Number: 11-3003 Northwest Cascade is submitting the following references. With over 50 years' experience in Civil construction,below is a list of only partial projects 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.91 Street Ste 100 Tacoma,WA 98405 Contact: Tina Basil Phone No. 253-798-7285 Projects: Pierce County Open Services Sanitation and related Sewer Services 2014-2016 $ 300,000.00 Pierce County Open Services Sanitation and related Sewer Services 2011-2013 $ 300,000.00 B Street Interceptor Project $ 4,942,938.32 Waller road/ 1281 St e.Intersection $ 1,514,109.75 Hidden Hills Pump Station $ 1,369,733.16 Meridian Crossings $ 1,515,521.00 Northwest Cascade,Inc. has held the Pierce County Open Services Repair Contract for over 25 years Customer: City of Tacoma 3628 So.35`b Street Tacoma,WA 98409 Contact: Ryan Flynn Doreen Klaaskate Phone No. 253-396-3111 253-502-8139 Projects: LID 8653 &LID 8655-2 $ 466,284.00 Wastewater Sewer&Side Sewer Spot Repair $ 326,800.00 No.371&Tyler Watermain replacement $ 1,422,312.00 Downtown Storm Sewer Project $ 765,708.00 Watermain Replacement Project $ 163,031.90 2013A Wastewater Surface Water/Watermain $ 1,469,736.25 Pacific Ave Safety&Mobility Imp.Phase 2 $ 630,165.38 Local Improvement LID 8659 $ 1,253,849.24 So Tacoma Way Emergency Repair $ 13,219.50 Fife Heights Watermain Replacement $ 215,062.50 So.Crystal Springs Watermain Replacement $ 303,557.00 Vista Place Watemnain Replacement $ 495,483.00 Gove Street Emergency Watermain Repair $ 174,541.98 Sprague Pervious Parking $ 1,206,159.36 Wastewater Pipe Replacement Project Spot Repair $ 712,281.00 UWT So. 171 St &Jefferson Ave $ 1,637,036.90 East t Street Wastewater Emergency $ 32,215.29 2015A wastewater&surface Water Replacement $ 1,555,803.26 2017B wastewater Sewer replacement $ 956,934.00 East 401 St Green Infrastructure $ 4,160,912.65 List of References—Cont- Page 2 SnakeLake Wastewater $ 427,696.66 Wastewater Sewer/Fawcett Avenue $ 1,013,742.50 Portland Ave&St Paul Sewer Replacement $423,223.00 Customer: City of Lakewood 6000 Main Street Lakewood,WA Contact: Troy Potswinski Phone No. 253-983-7795 Projects: 2015-2016 Woodbrook Sewer Extension Project $ 1,262,203.00 Zircon Drive Emergency Repair $ 130,786.51 2017 Stormwater Pipe Repair $ 321,513.00 Union Avenue SW Frontage Improvements $ 132,683.00 Gravelly Lake Dr.Non-Motorized Trail Improvements $2,466,825.00 Colonial Plaza $ 1,789,376.00 N.Thorn Lane $ 1,159,407.68 1081 St SW Overlay Project $628,628.00 Customer: Lakehaven Utility District P.O.Box 4249 Federal Way,WA 98063 Contact: Wes Hill Gene Yoder Phone No. 253-946-5419 253-261-1741 Projects: 2011-2013 On-Call emergency Field Services $ 450,000.00 So. 3561 Street $ 277,973.96 Customer: City of Lacey 420 College Street SE Lacey,WA 98503 Contact: Justin Knox Phone No. 360-491-5600 Projects Skokomish/Tanglewilde East Waterline and Sewer $2,034,119.41 ULID 23 Martin Way&College Street $ 301,756.64 List of References—Cont-Page 3 Customer: Kitsap County PUD 614 Division Street Port Orchard,WA Contact: Jonathan Brand Phone No. 360-337-3777 Projects: Manchester Stormwater Retrofit&Traffic Improvements $2,298,895.90 Bethel Burley Road SE&SE Burley Olalla Road $ 442,321.00 Customer: City of Bonney Lake 19306 Bonney Lake Blvd. Bonney Lake,WA Contact: Doug Budzynski Phone No. 253-447-4342 Projects: Locust Avenue Extension Watermain Replacement $ 110,223.92 Customer: Town of Bucoda 110 N.Main Street Bucoda,WA 98530 Contact: Scott Seviers Phone No. 360-352-9456 Projects: Bucoda Levee Improvements Project $ 191,846.20 Customer: City of Des Moines 21650 111 Ave So. Des Moines,WA 98198 Contact: Tommy Owen Phone No. 206-870-6870 Projects: Des Moines Memorial Drive Pipeline/Culvert Rep. $ 433,398.50 Customer: City of Tumwater 555 Israel Road SW Tumwater,WA 98501 Contact: John Norman Phone No. 360-754-5855 Projects: Somerset Hill&Cleveland Ave Outfalls $ 636,394.86 List of References—Cont- Page 4 Customer: City of Kent 220 41 Ave So. Kent,WA 98032 Contact: Timothy LaPorte Phone No. 253-856-5500 Projects: 65 Woodford Ave.No.Drainage Improvements $ 207,9 1,499,795.00 640 Pressure Zone PRV Zone $ 4,472,667.2 76`�'Ave So.Improvements $ 4,472,667. James St. &2nd Ave.Pedestrian $ 207,296.00 Customer: City of Federal Way 33324 81 Ave So. Federal Way,WA Contact: Fei Tang Phone No. 253-835-2526 Projects: N-hinne Hills Stormwater Conveyance System $ 193,250.00 Storm Drain Repair at 33`d Ave SW and SW 3041b St. $ 19,060.00 Customer: City of Auburn 25 West Main Street Auburn,WA 98001 Contact: Seth Wickstrom Phone No. 253-931-3053 Projects: Auburn Way So.Flooding Improvements—Phase 2 $ 2,740,327.00 Water Meter Vaults&Lids Replacement $ 787,843.10 Auburn Way So.Curve Safety Improvements $ 207,947.25 4.5 Projects completed Prime or Date Subcontr Contracting Agency and Mailing Address,Name,Fax and Phone of $0 Completed actor Title/Contract No. Owner Agency Rep. $1,013,743 04/01/017 P Wastewater/Sewer Repl/Fawcett Sewer City of Tacoma 368 So.35th St.Tacoma,WA Ryan Flynn 253-502-8468 F 253-502-8372 $784,413 04/01/201 S Providence Ridge Providence Ridge LLC IZUUU NL 125Utn Jt.FFLLU,botnen,WA Jenkins Chen 206-683-3888 $639,594 7/1/2017 P Curran Estates Sager Family Homes P.O.box 44428,Tacoma,WA Bill Sager 253-370-7185 $632,583 3/1/2017 P Clear Creek RSW Real Estate 218 Main Street#109,Kirkland,WA 206-383-2505 $430,000 8/1/2017 S Cottesmore E.Phase 1 HRD Construction 5517 Manchester Ave,St.Louis,MO Robert Turck 314-781-8000 $3,400,000 04/01/018 S Copper Valley Apts Inland Group 102 W Catalado#100,Spokane,WA TJ Baslen 509-321-3227 $2,499,210 7/1/2018 S Wesley Homes Absher Construction 1101 Shaw Road E,Puyallup,WA Rob KemDer 253-845-9544 $835,145 5/1/2017 S Bay Terrace Phase II Absher Construction 1101 Shaw Road E.Puyallup,WA Devin Becker 253-845-9544 $919,745 05/012017 S Gonyea Development Sager Family Homes P.O.Box 44428,Tacoma,WA Bill Sager 253-370-7185 $1,514,097 10/29/2018 P Waller Road E/128th St E. Pierce County Public Works 4301 So.Pine St.Tacoma,WA Henry Gertje 253-798-7497 $132,683 9/29/2017 P Union Ave/SW Frontage Imp City of Lakewood 6000 Main Street,Lakewood,WA Troy Pokswinski 253-983-7729 $956,934 4/22/2018 P 2017 B Wastewater Sewer Replacement City of Tacoma 3628 So.35th St.Tacoma,WA Lisa Oesterich 253-594-7871 $4,160,912 6/13/2018 P East 40th St./Green Infrastructure City of Tacoma 3628 So.35th St.Tacoma,WA Lisa Oesterich 253-594-7871 $321,513 9/29/2017 P 2017 Stormwater pipe Repair City of Lakewood 6000 Main Street,Lakewood,WA Troy Pokswinski 253-983-7729 $427,696 11/15/2017 P Wastewater Sewer Main Snake Lake& City of Tacoma Tyler Street 3628 So.35th St.Tacoma,WA Lisa Oesterich 253-594-7871 $207,912 4/22/2018 P Woodford Ave No.Drainage Improvements City of Kent 2204th Ave so.Kent,WA Phil McConnel-253-856-5542 $739,070 6/7/2018 P RSD Development Warehouse Merit Construction 3020 So.96th St.Lakewood,WA Jeff May 253-588-9100 $1,499,743 5/30/2018 P 640 Pressure Zone PRV Zone City of Kent 220 4th Ave So.Kent,WA Phil McConnel-253-856-5542 $699,722 6/27/2018 P Watermain Replacement Project City of Tacoma 3628 So.35th St,Tacoma,WA Lisa Oestreich 253-594-7871 $442,321 12/4/2018 P Bethel Burley Road SE/SE Bethel Burley RD Kitsap County 614 Division Street,Port Orchard,WA Cassie Kendall 360-337-4838 $3,945,761 1/2/2019 P Valley View Tukwila Loop Sewer Valley View Sewer District 34605 148th St Seattle,WA John Hendron-206-242-3236 $2,466,825 11/2/018 P Gravelly Lake Drive Non Motorized Trail City of Lakewood 6000 Main Street SW Lakewood,WA Eric Swanstrom-253-589-2489 $852,846 11/1/2018 P Borst Ave Sanitary Sewer Replacement City of Centralia 1100 No.Tower St,Centralia,WA Patty Page 360-330-7510 $306,676 9/21/2018 P 8th Ave SW/SW 151St Drainage Improvements City of Burien 400 SW 152nd St.Burien WA Heung Kook 206-248-5516 $1,751,755 11/4/2019 P Yakima Streetscapes City of Tacoma 3825 So.35th St.Tacoma,WA Tacoma.WA $1,323,946 9/21/2019 P Parking Lot Imp.Lockbum Lake Louise Clover Park School District 10903 Gravely Lake Drive SW,Lakewood,WA $426,942 9/18/2018 P Watermain Repl.No.Grant&Sprague City of Tacoma 3628 So.35th St,Tacoma,WA Phil Ringrose 253-591-224 $1,031,309 1/7/2020 P Carney Lake Rd SW Widening&Realignment Kitsap Dept.of Public Works 614 Division St.Port Orchard,WA 360-337-4867 $258,303 5/14/2019 P Watermain Repl.No.watermain Replacement City of Tacoma Project-Rosemont 3628 So.35th St.Tacoma,WA Jeff Yoter 253-502-8253 $679,679 3/20/2019 P Wastewater Sewer Replacement City of Tacoma Chandler and Center Street 3628 So.35th St.Tacoma,WA Lisa Oestreich 253-594-7871 $1,453,842 4/11/2019 P Street Initiative package#12 City of Tacoma 3628 So.35th St Tacoma,WA Neal Sartain 253-208-3739 $227,722 3/8/2019 P Citywide Guardrail City of Tacoma 3628 so.35th St.Tacoma,WA Larry Rybachak 253-448-7148 $1,015,779 2/14/2020 P Fife MultiFamily 681028th Ave LLC 1P.O.Box 1135,Tacoma,WA Trevor Colby 253-475-4363 $1,363,552 11/21/2019 P WSU LID Frontage Improvements City of Puyallup 333 So Main Street,Puyallup,WA Ryan Rutkosky 253-842-5473 $455,394 12/15/2019 P Ft.Stevens Elementary Pedestrial Impr. City of Yelm 901 Proton Road SE,Yelm,WA Patrick Hughes 360-458-8499 $2,079,628 10/10/2019 P 4th Ave SW Improvements King County Housing 600 Andover Pkway,Seattle,WA Stephan Norman 206-574-1100 $1,154,519 8/28/2019 P Edgemont JR HS Sanitary Sewer Puyallup School District 323 12th St NW,Puyallup,WA Tom Shields 253-720-8215 $1,789,376 9/6/2019 P Colonial Plaza City of Lakewood 6000 Main Street,Lakewood,WA Troy Potswinkski 253-983-7729 $281,182 9/23/2019 P Ridgecrest Elementary School Puyallup School District 32312th St NW,Puyallup,WA Tom Schields 253-720-8215 $890,913 7/11/2019 P 20191st Ave So.Watermain Crossing Lakehaven Water District 316271stAve So.,Federal Way,WA 253-946-5415 $220,421 7/31/2019 P 14th Ave Northwest Trail Pierce County Public Works 930 Tacoma Ave So.Tacoma,WA Brian Stacy 253-798-7250 $204,090 3/12/2020 P East Sitcum Terminal Storrnvault Port of Tacoma P.O.Box 1837,Tacoma,WA Larua Emerson 23-383-9458 $621,621 10/17/2019 P Olympic View Safe Routes Thurston County 9605 Tilley Road,Olympia,WA Steve Bricker 360-867-2300 $1,159,407 10/25/2019 P N.Thorne Lane Sanitary/Road Improvements City of Lakewood 6000 Main Street,Lakewood,WA D'Andra Buchanon 253-589-2489 $298,220 11/0/2019 P UW Oak Hall&Denny Field Absher Construction 1001 Shaw Road,Puyallup,WA Greg Wojecki 206-235-951 $125,395 10/15/2019 P 1 st Ave So.&So.305th Storm Pipe Replace. City of Federal Way 33325 8th Ave So.Federal Way,WA Sarah Hame 253-835-7000 $314,750 9/26/2019 P Watermain Replacement/Curran Rd. City of Tacoma 3628 So.35th St.Tacoma,WA Alex Clark 253-208-3739 $834,705 12/19/2019 P Nyanza Reservoir&Booster Pump Lakewood Water District 11900 Gravely Lake Dr.SW Lakewood,WA James Morgan 253-929-1113 $125,998 1/13/2020 P 2019 Sidewalk Access Ramp Replacement City of Centralia 1100 N.Tower Ave,Centralia,WA Patty Page,360-330-7512 $1,691,316 6/19/2020 P City of Salem Digester Cleaning City of Salem 555 Liberty Rd SE Rm.330,Salem OR Mark Stevenson 503-763-3455 $66,725 8/28/2018 P West Hylebos Creek City of Federal Way 33325 8th Ave So.Federal Way,WA Fei Tong 253-835-2751 $683,104 8/1/2018 P Lakehaven Digester Cleaning Lake Haven Sewer District P.O.Box 4249,Federal Way,WA John Barton 253-927-2922 $5M 1 2130/20 1 9 P DES Waste Pumping Contract WA Dept.of Enterprise Services P.O.Box 41411,Olympia,WA Richard Worthy 360-407-7932 $840,245 9/6/2017 P West Point Digester Sludge Haul King County Metro/Skagit Transportation 500 4th Ave,Seattle,WA Daniel Buffey 360-661-7204 $1,022,014 9/6/2017 P Tehaleh Pumping Newland Communities 505 S.336th St Ste 430,Federal Way,WA Tim Uren 253-205-8705 $787,843 7/2/2020 P Water Meter Vaults&Lids Replacement City of Auburn 25 West Main St,Auburn,We Seth Wickstrom 253-931-3010 $1,515,521 8/19/2020 P Meridian Crossings Pierce County Public Works 2702 S 42nd St.,Tacoma,WA Colleen Champaco 253-798-7047 $229,987 5/21/2020 S Dollar General Oakville Collaborative Construction Solutions,LLC 1710 W.Main St.,Battle Ground,Wa 98604 Amanda Reil 360-723-5579 $180,180 2/26/2021 P Washington State Hospital Department of Enterprise Sewer System Flume Improvrments PO Box 41476 Olympia,WA Tarig O'hab 360-292-7230 $1,148,148 8/6/2020 P Steilacoom Boulevard/88th St SW Overlay City of Lakewood 6000 Main St SW Omar Barron 253-589-2589 $49,543 8/7/2020 P Sprinker Recreation Center Reduced Pressure Pierce County Public Works 950 Fawcett Ave Tacoma,WA Andrew Robson 253-798-7456 $569,023 12/4/2020 P Shaw Road E&23rd Ave SE City of Puyallup 333 So.Meridian Puyallup,WA Michelle Gehring 253-841-5579 �r NORTHWEST CASCADE INC. Name and Title: Clint Myers,Vice President-Construction Role on this Project: Project Manager Education: B.S./2005/Construction Management/Central 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 Western 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 five years with this company: Project: B Street Interceptor(3422) Location: Spanaway,WA Client: Pierce County Public Works Phone: 253-798-9647 Email: aseppa@co.pierce.wa.us Description: Installation of approximately 5,000 LF of 30"and 36"sewer interceptor at depths exceeding 30' and roadway restoration. Project: Lexington Street Reconstruction(3636) Location: Steilacoom,WA Client: Town of Steilacoom Phone: 206-284-0860 Email: tstafford@Townofsteilacoom.com Description: Utility replacement and roadway reconstruction Project: GRCC—2010 Water System Improvements(3484) Location: Green River Community College Client: Department of General Administration Phone: 360-902-7222 Email: jnakahara@ Description: Improvement of water system at college Project: Stillwater Coves Wastewater Treatment System(568) Location: Lincoln County,GA Client: Stillwater Coves Phone: 770-818-0100 Email: Description: Design and installation of Large Onsite Septic System(LOSS)with headworks and shining ponds. Project: ULID#6 Sewer Piping Project(3277) Location: North Bend,WA Client: City of North Bend Phone: 425-888-766 Email: dvgelder@northbend.wa.gov Description: Installation and testing of approximately 70,000 LF of sewer,storm and water system improvements. NWC also restored approximately 10 miles of roadway. Project: Military Road Widening Project(3149) Location: Pierce County Client: Pierce County Public Works Phone: 253-798-7250 Email: henry.gertje@co.pierce.wa.us Description: Intersection widening project and construction of embankment fills. Project: UP Streetscape Project(3185) Location: University Place,WA Client: City of University Place Phone: 253-460-5417 Email: ]ecklund@cityofUP.wa.us Description: Widening and installation of improvements for University Place's Civic Center Project: Hemlock Pump Station-Phase 2(2940) Location: Tacoma,WA Client: Pierce County Public Utilities Phone: 253-798-4050 Email: Hans.Hunger@co.pierce.wa.us Description: Install 1000 LF of 36"storm pipe,and install new pump station Project: American Lake Gardens Phase 1 (3199) Location: Lakewood,WA Client: City of Lakewood Phone: 253-983-7795( Email: dwinkler@cityoflakewood.us Description: Installation and testing of over 40,000 LF of sewer,storm and water improvements, including Iift stations and widening/restoration of over 7 miles of roadway. Project: New Bridge Landing(601) Location: Louisa County,VA Client: Chase Ventures Phone: 252-492-8990 Email: amy@chasedevelopment.com Description: New Septic(LOSS)system with pump station. Project: Sprague Pervious Paving(3919) Location: Tacoma,WA Client: City of Tacoma Phone: 253-502-8103 Email: loesteich@cityoftacoma.org Description: Installation of approximately 4,500 LF of storm,sewer and water systems with pervious roadways and sidewalks. Project: No.3711 and Tyler Watermain Replacement(3923) Location: Tacoma,WA Client: City of Tacoma Phone: 253-954-6942 Email: mdilley@ci.tacoma.wa.us Description: Installation of approximately 5,800 LF of storm, sewer and water systems with restoration of roadways and sidewalks. Project: Wastewater Sewer&Side Sewer On-Call Connection Project(3557) Location: Tacoma,WA Client: City of Tacoma Phone: 253-502-8103 Email: loesteich Licit oflaeoina.ors Description: Emergency sewer and side sewer repairs throughout Tacoma with restoration.This included approximately 500 LF of sewer piping over the various spot repairs. Project: Parkland Brookdale Interceptor-Phase 2(3804) Location: Tacoma,WA Client: Pierce County Public Utilities Phone: 253-798-2570 Email: pcsewer@co.pierce.wa.us Description: Installation of over 5,000 LF of 36"and 72"sewer interceptor with stacked sewer main, side sewers,bypass pumping,installation of bifurcation structure,pump station and ROW restoration. Project: East T Street Wastewater Emergency Work Location: Tacoma,WA Client: City of Tacoma Phone: 253-502-8103 Email: loesteich@cityoftacoma.org Description: Emergency repair and replacement of approximately 1,000 LF of 60"sewer interceptor bypass pumping and site restoration. Project: Downtown Storm Sewer Replacement(3918) Location: Tacoma,WA Client: City of Tacoma Phone: 253-591-5588 Email: mdilley@ci.tacoma.wa.us Description: Installation of approximate 2,100 LF of storm,sewer and water systems with restoration of roadways and sidewalks. Project: 2015A Wastewater Surface Water Replacement Location: Tacoma,WA Client: City of Tacoma Phone: 253-502-8103 Email: loesteich@cityofteoma.org Description: Installation of approximately 4,200 LF of storm, sewer and water systems with restoration of roadways and sidewalks. Project: Stadium District Utility Improvements Location: Tacoma,WA Client: City of Tacoma Phone: 253-502-8103 Email: toesteich@cityoftacoma.org Description: Installation of approximately 1,400 LF of storm,sewer and water systems with restoration of roadways and sidewalks. Project: Gove Street Emergency Sewer Main(3887) Location: Tacoma,WA Client: City of Tacoma Phone: 253-502-8103 Email: loesteich@cityoftacoma.org Description: Emergency repair and replacement of approximately 1,200 LF of 12"sewer main,side sewers,bypass pumping and site restoration. Project: High Cedars Force Main&Lift Stations—(3988) Location: Orting,WA Client: City of Orting Phone: 360-893-2219 Email: jhungerford@parametrix.com Description: Installation of approximately 2,100 LF of sewer main and force main,bypass pumping, installation of a new pump station and restoration of the golf course. Project: Auburn Way So.Flood Improvements Phase 2(3982) Location: Auburn,WA Client: City of Auburn Phone: 253-804-5035 Email: swickstrom@auburn.wa.gov Description: Installation of approximately 4,600 LF of storm,sewer and water systems with restoration of roadways and sidewalks. Project: Yakima Streetscapes—(4135) Location: Tacoma,WA Client: City of Tacoma Phone: 253-591-5224 Email: pringrose@cityoftacoma.org Description: Remove and replace curb and gutter,concrete sidewalk and existing roadway/abandon& replace storm main and catch basins,watermain,ADA ramps Project: N.Grant Watermain Replacement—(4142) Location: Tacoma,WA Client: City of Tacoma Phone: 253-355-2235 Email: garmstrong@cityoftacoma.org Description: Construct approx.. 885LF of 6,& 12"watermains Project: Rosemount Watermain Replacement—(4150) Location: Tacoma,WA Client: City of Tacoma Phone: 253-355-2235 Email: gamistrong@cityoftacoma.org Description: construct approx.. 787 LF of 4,6,&8"watermains,including necessary valves,etc. Project: Streets Initiative Package#12—(4162) Location: Tacoma,WA Client: City of Tacoma Phone: 253-208-3739 Email: nsartain@ci.tacoma.wa.us Description: removal and replacement of roadway,curb,gutters,and new 8"sanitary Sewer, 12" storm sewer main and manholes Project: Valley View Tukwila Loop Sewer Phase 1—(4125) Location: Tukwila,WA Client: Valley View Sewer District Phone: 206-242-3236 Email: jhedron@rh2.com Description: 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 easements. Project: East Precinct Impound Lot(4153) Location: Puyallup,WA Client: Pierce County Phone: 253-798-7456 Email: juna.prince@piececounty.wa.gov Description: grading and paving of existing gravel parking lot,including installation of storm infiltration gallery,type l catch basins,8"pvc pipe,HMA paving,and gravity block wall. Project: Highlands Blvd Watermain Extension—(4137) Location: Puyallup,WA Client: Valley Water District Phone: 425-827-2014 Email: 'meal ine e valle waterdistrict.or Description: 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. Project: Parking Lot Improvements—(4135) Location: Lakewood,WA Client: Clover Park School District Phone: 253-405-0943 Email: sstory@parametrix.com Description: parking lot improvements including striping at lake Louise and Lochburn Schools Project: 8"Ave Drainage Improvements—(4132) Location: Burien,WA Client: City of Burien Phone: 206-248-5516 Email: heungkookl@burienwa.gov Description: Construction of drainage pipe&structures,stormwater storage facility,temp water pollution and erosion control,curb&sidewalk,restoration,HMA pavement&traffic control Project: Borst Ave Sanitary Sewer Replacement—(4130) Location: Centralia,WA Client: City of Centralia Phone: 360-330-7512 Email: ppage@cityofcentralia.com Description: Replace sanitary sewer main with 12"PVC sewer main,replace manholes,reconnecting services,roadway and sidewalk restoration Project: Terminal Park Elementary School Watermain Extension—(4159) Location: Auburn,WA Client: Auburn School District Phone: 253-931-4900 Email: bkenworthy@auburn.wednet.edu Description: watermain Extension and new fire hydrant at terminal park Elementary School Project: Gravelly Lake Trail Improvements—(4128) Location: Lakewood,WA Client: City of Lakewood Phone: 253-589-2489 Email: eswanstrom@cityoflakewood.us Description: Roadway improvements of approx.. 5,OOOLF of Gravelly Lake Drive includes asphalt curb,gutter,sidewalk,driveway,illumination improvements,accessible Ped. Signal and traffic signal. Project: Bethel Burley Rd/Burley Walla Rd—(4121) Location: Port Orchard,WA Client: Kitsap County Phone: 360-337-5777 Email: : dhpatton@co.kitsap.wa.us Description: 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. Project: Carney Lake Rd Widening&Realignment—(4145) Location: Port Orchard,WA Client: Kitsap County Phone: 360-337-5777 Email: dhpatton@co.kitsap.wa.us Description: Roadway widening&realignment,clearing,grubbing,excavation& embankment compaction,HMA paving,drainage,bioretention cells,guard rail,traffic safety,erosion control. Project: Annie Wright Campus Additions 2018—(4133) Location: Tacoma,WA Client: Absher Construction Phone: 253-845-9544 Email: jeff.havranek@absherco.com Description: Demo and sawcutting of asphalt,concrete paving,removal of sidewalk,new retainage walls,landscape,planters,fences,utilities,storm drainage and sanitary sewer. Project: RSD Development Warehouse—(4103) Location: Puyallup,WA Client: Merit Construction NW Phone: 253-588-9100 Email: jeffm@meritnw.com Description: Clearing,grubbing,side sewer/storm collection/infiltration system,water system and services Project: Seattle Boat—(4102) Location: Seattle,WA Client: Hodge Construction Inc Phone: 425-222-5011 Email: bobw@hodgeconstructioninc.com Description: Prep concrete approach-asphalt paving,storm sewer install,sewer instal Project: Copper Valley Apartments—(4065) Location: Puyallup,WA Client: Inland Group Phone: 509-321-3227 Email: tbj@inlandconstruction.com Description: Clearing,grubbing,side sewer,storm collection Project: Reserve at Woodinville—(4064) Location: Woodinville,WA Client: Alston Construction Phone: 206-300-5427 Email: rallen@alstonco.com Description: 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. Project: Wesley Homes at Bradley Park—(4059) Location: Puyallup,WA Client: Absher Construction Phone: 253-845-9544 Email: rob.kurmper@absherco.com Description: 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 Project: Gonyea Development-(4055) Location: Tacoma,WA Client: Sager Family Homes Phone: 253-370-7185 Email: sagerfamiIyhomes@pmaii.com Description: Grade/prep/supply and install sewer system,excavate roadway,asphalt over crushed rock,install 1 street sign,stop sign,concrete walkways,improvements to the park, pedestrian walkway signals, street signs HMA roadway widening. Project: Providence Ridge—(4045) Location: Issaquah,WA Client: ORA Providence Ridge LLC Phone: 206-683-3888 Email: jenkins@element-residential.com Description: Install prefab-concrete wet well/concrete valve vault/concrete meter vault Project: Curran Estates—(4051) Location: Edgewood,WA Client: Sager Family Homes Phone: 253-537-2312 Email: sagerfamilyhomes@gmail.com Description: Install 3"PVC collections 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 Email: ben@pswrealestate.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: Cummins Whitewater—(4039) Location: Renton,WA Client: Alston Construction Phone Number: 206-838-3840 Email: rallen@alstonco.com Description: 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. Project: Medline Lacey—(4020) Location: Olympia,WA Client: Alston Construction Phone Number: 206-838-1736 Email: rallen@alstonco.com Description: 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. Project: 2015-108 FB Pump Stations 16/67 Upgrades—(3972) Location: Port Orchard,WA Client: Kitsap County Phone Number: 360-337-4638 Email: cwattling@co.kitsap.wa.us Description: Construct gravity mains and swer force man along with street and easement restoration. Project: Skokomish/Tanglewilde East Waterline&Sewer—(3975) Location: Lacey,WA Client: City of Lacey Phone Number: 360-491-5600 Email: aargeris@ci.lacey.wa.us Description: Install approx. 10,800 LF of 4,6,8& 10"sewer mains,includes service lines,meter valves,pressure reducing valves,transfer of water services,connecting to existing water system and watermain abandonments,manholes,laterals,sewer bypass pumping, community septic abandonment,and removal of manholes,pavement and lawn restoration. Project: Woodbrook Sewer Extension Phase II—(3979) Location: Lakewood,WA Client: City of Lakewood Phone Number: 253-983-7795 Email: eswanson@cityoflakewood.us Description: 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: Villa Carmel Lift Station—(3983) Location: Port Orchard,WA Client: West Sound Utility District Phone Number: 360-876-2545 Email: bwinters@wsud.us Description: construct new sanitary sewer lift Station Project: N 30'&Burnett Ave Storm System Improvements Location: Renton,WA Client: City of Renton Phone Number: 425-403-7205 Email: jfarah@xentonwa.gov Description: Storm system upgrades,including road restoration and easements Project: N Thorne Lane Sanitary&Road Improvements Contract Amount: $1,159,407.68 Location: Lakewood,WA Client: City of Lakewood Phone Number: 253-589-2489 Email: adbuchanan@cityoflakewood.us Description: Installation of new sanitary storm upgrades and road improvements Project: Wastewater Sewer Replacement in Vicinity of Chandler&Center St(3932) Contract Amount: $679,679.00 Location: Tacoma,WA Client: City of Tacoma Phone Number: 253-502-8139 Email: loesteich@cityoftacoma.org Description: Remove and replace existing sanitary sewer,construct manholes.Reconnect side sewers. Pipe abandonment.Concrete paving,asphalt paving and restoration. Project: East 40"St Green Infrastructure—(4091) Contract Amount: $4,160,912.65 Location: Tacoma,WA Client: City of Tacoma Phone Number: 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. Project: 20174B Wastewater Sewer Replacement—(4090) Contract Amount: $956,934.00 Location: Tacoma,WA Client: City of Tacoma Phone Number: 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. Project: Wastewater Sewer Main Reroute—Snake Lake&Tyler St—(4094) Contract Amount: $427,696.66 Location: Tacoma,WA Client: City of Tacoma Phone Number: 253-591-5588 Email: loesteich@cityoftacoma.org Description: wastewater sewer main reroutes Project: Jefferson Ave Water Main Replacement—(4120) Contract Amount: $699,722.14 Location: Tacoma,WA Client: City of Tacoma Phone Number: 253-591-5588 Email: loesteich@cityoftacoma.org Description: 650 LF water main 715 LF of 12"Diam. sewer main and manholes and appurtenances. 1 NORTHWEST CASCADE INC. Name and Title: Paddy Worthington Role on this Project: Superintendent Summary of Experience and Qualifications relevant to the proposed project: Relevant projects completed within the last five years with this company: Project: B Street Interceptor(3422) Location: Spanaway,WA Client: Pierce County Public Works Phone: 253-798-9647 Email: aseppa@co.pierce.wa.us Description: Installation of approximately 5,000 LF of 30"and 36"sewer interceptor at depths exceeding 30' and roadway restoration. Project: Lexington Street Reconstruction(3636) Location: Steilacoom,WA Client: Town of Steilacoom Phone: 206-284-0860 Email: tstafford@TownofSteilacoom.com Description: Utility replacement and roadway reconstruction Project: GRCC—2010 Water System Improvements(3484) Location: Green River Community College Client: Department of General Administration Phone: 360-902-722 Email: jnakahara@ Description: Improvement of water system at college Project: UL1D#6 Sewer Piping Project(3277) Location: North Bend,WA Client: City of North Bend Phone: 425-888-7664 Email: dvgelder@northbendwa.gov Description: Installation and testing of approximately 70,000 LF of sewer,storm and water system improvements. NWC also restored approximately 10 miles of roadway. Project: UP Streetscape Project(3185) Location: University Place,WA Client: City of University Place Phone: 253-460-5417 Email: jecklund@cityof UP.wa.us Description: Widening and installation of improvements for University Place's Civic Center Project: American Lake Gardens Phase 1 (3199) Location: Lakewood,WA Client: City of Lakewood Phone: 253-983-7795 Email: Dwinkler@7cityoflakewood.us Description: 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. Project: Sprague Pervious Paving(3919) Location: Tacoma,WA Client: City of Tacoma Phone: 253-502-8103 Email: loesteich@cityoftacoma.org Description: Installation of approximately 4,500 LF of storm,sewer and water systems with pervious roadways and sidewalks. Project: No.37"and Tyler Watermain Replacement(3923) Location: Tacoma,WA Client: City of Tacoma Phone: 253-954-6942 Email: mdilley@ci.tacoma.wa.us Description: Installation of approximately 5,800 LF of storm,sewer and water systems with restoration of roadways and sidewalks. Project: Wastewater Sewer&Side Sewer On-Call Connection Project(3557) Location: Tacoma,WA Client: City of Tacoma Phone: 253-502-8103 Email: loesteich@cityoftacoma.org Description: Emergency sewer and side sewer repairs throughout'Tacoma with restoration.This included approximately 500 LF of sewer piping over the various spot repairs. Project: Parkland Brookdale Interceptor-Phase 2(3804) Location: Tacoma,WA Client: Pierce County Public Utilities Phone: 253-798-2570 Email: Description: Installation of over 5,000 LF of 36"and 72"sewer interceptor with stacked sewer main, side sewers,bypass pumping,installation of bifurcation structure,pump station and ROW restoration. Project: East T Street Wastewater Emergency Work Location: Tacoma,WA Client: City of Tacoma Phone: Email: Description: Emergency repair and replacement of approximately 1,000 LF of 60"sewer interceptor bypass pumping and site restoration. Project: Downtown Storm Sewer Replacement(3918) Location: Tacoma,WA Client: City of Tacoma Phone: 253-591-5588 Email: mdilley@ci.tacoma.wa.us Description: Installation of approximate 2,100 LF of storm,sewer and water systems with restoration of roadways and sidewalks. Project: High Cedars Force Main&Lift Stations(3988) Location: Orting,WA Client: City of Orting Phone: 360-893-2219 Email: Description: Installation of approximately 2,100 LF of sewer main and force main,bypass pumping, installation of a new pump station and restoration of the golf course. Project: Auburn Way So.Flood Improvements Phase 2(3982) Location: Auburn,WA Client: City of Auburn Phone: 253-804-5034 Email: Description: Installation of approximately 4,600 LF of storm,sewer and water systems with restoration of roadways and sidewalks. Project: Valley View Tukwila Loop Sewer Phase 1—(4125) Location: Tukwila,WA Client: Valley View Sewer District Phone: 206-242-3236 Email: jhedron@rh2.com Description: Const.approx.. 12,OOO171,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 easements Project: Borst Ave Sanitary Sewer Replacement—(4130) Location: Centralia,WA Client: City of Centralia Phone: 360-330-7512 Email: ppage@cityofcentralia.com Description: Replace sanitary sewer main w 12"PVC sewer main,replace manholes,reconnecting Services,roadway and Sidewalk Restoration. Project: Terminal Park Elementary School Watermain Extension—(4159) Location: Auburn,WA Client: Auburn School District Phone: 253-931-4900 Email: bkenworthy@auburn.wednet.edu Description: watermain Extension and new fire Hydrant at Terminal park Elementary School Project: Gravelly Lake Trail Improvements—(4128) Location: Lakewood,WA Client: City of Lakewood Phone: 253-589-2489 Email: eswanstrom@cityoflakewood.us Description: Roadway Improvements of approx. 5,000 LF of Gravelly lake drive incudes asphalt curb, gutter,sidewalk,driveway,illumination improvements,accessible Ped. Signal and traffic Signal Project: Bethel Burley Rd/Burley Olalla Rd—(4121) Location: Port Orchard,WA Client: Kitsap County Phone: 360-337-5777 Email: dhpatton@co.kitsap.wa.us Description: 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,&control and Related work. Project: Carney Lake Rd Widening&Realignment—(4145) Location: Port Orchard,WA Client: Kitsap County Phone: 360-337-5777 Email: dhpatton@co.kitsap.wa.us co.kitsap.wa.us Description: Roadway widening&Alignment,including clearing,grubbing roadway excavation,haul embankment,compation,HMA pavement,drainage,Biorention cells,trffic safety, Control,guardrail Project: Annie Wright Campus Additions 2018—(4133) Location: Tacoma,WA Client: Absher Construction Phone: 253-845-9544 Email: jeffhavranek@absherco.com Description: demo&sawcutting of asphalt,concrete paving,Removal of Sidewalk,new retainage walls,landscape,planters,fences,utilities,storm drainage and sanitary Sewer Project: RSD Development Warehouse—(4103) Location: Puyallup,WA Client: Merit Construction NW Phone: 253-588-9100 Email: jeffm@meritnw.com Description: Clearing Grubbing-Side sewer/storm collection/infiltration system,water system and services Project: Seattle Boat—(4102) Location: Seattle,WA Client: Hodge Construction Inc Phone: 425-222-5011 Email: bobw@hodgeconstructioninc.com Description: Prep concrete approach-ashphalt paving,storm sewer install,sewer installation,water utilities,pond excavation,and grading Project: Copper Valley Apartments—(4065) Location: Puyallup,WA Client: Inland Group Phone: 509-321-3227 Email: tbj@inlandconstruction.com Description: Clearing,grubbing,side sewer,storm collection Project: Reserve at Woodinville—(4064) Location: Woodinville,WA Client: Alston Construction Phone: 206-300-5427 Email: rallen@alstonco.com Description: 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 Project: Wesley Homes at Bradley Park—(4059) Location: Puyallup,WA Client: Absher Construction Phone: 253-845-9544 Email: rob.kurmper@absherco.com Description: 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 Project: Gonyea Development(4055) Location: Tacoma,WA Client: Sager Family Homes Phone: 253-370-7185 Email: sagerfamilyhomes@gmail.com Description: Grade/Prep/supply and install Sewer System,excavate roadway,asphalt over crushed rock,install 1 street sign,stop sign,concrete walkways,improvements to the park, pedestrian walkway signals,street signs HMA Roadway widening Project: Providence Ridge—(4045) Location: Issaquah,WA Client: ORA Providence Ridge LLC Phone: 206-683-3888 Email: j enkins@element-res idential.cam Description: Install Prefab-concrete wet well/concrete valve vault/concrete meter vault Project: Curran Estates—(4051) Location: Edgewood,WA Client: Sager Family Homes Phone: 253-537-2312 Email: sagerfamilyhomes@gmail.com Description: 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 Email: ben@pswrealestate.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 markings. Project: Cummins Whitewater—(4039) Location: Renton,WA Client: Alston Construction Phone Number: 206-838-3840 Email: rallen@alstonco.com Description: 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 Project: Medline Lacey—(4020) Location: Olympia,WA Client: Alston Construction Phone Number: 206-838-1736 Email: rallen@alstonco.com Description: Stripping of site,out and fill to design grade to balance site,install domestic water, sanitary&storm drainage,utility stubs,final grade and back fill.Misc. Project: 2015-108 FB Pump Stations 16/67 Upgrades—(3972) Location: Port Orchard,WA Client: Kitsap County Phone Number: 360-337-4638 Email: cwattling@co.kitsap.wa.us Description: Construct gravity mains and sewer force main along with street and easement restoration. Project: Skokomish/Tanglewilde East Waterline&Sewer—(3975) Location: Lacey,WA Client: City of Lacey Phone Number: 360-491-5600 Email: aargeris@ci.lacey.wa.us Description: Install Approx 10,800 LF of 4,6,8,and 10"watermain and 3200LF of 8& 10"sewer mains,includes service lines meter valves,pressure reducing valves,transfer of water services,connecting to existing water system and watermain abondonments,manholes, laterals,sewer bypass pumping,community septic abandonment and removal of manholes,pavement and lawn restoration. Project: Woodbrook Sewer Extension Phase II—(3979) Location: Lakewood,WA Client: City of Lakewood Phone Number: 253-983-7795 Email: eswanson@cityoflakewood.us Description: Install 3200 LF of 6-16"gravity main,storm drainage and roadway improvements,catch basisns,piping,infiltration galleries,curb and gutter,HMA wedge curbs,sidewalk, gravel shoulders,and HMA Project: Villa Carmel Lift Station—(3983) Location: Port Orchard,WA Client: West Sound Utility District Phone Number: 360-876-2545 Email: bwinters@wsud.us Description: Construct new sanitary sewer Lift station Project: N 30t1&Burnett Ave Storm System Improvements Location: Renton,WA Client: City of Renton Phone Number: 425-403-7205 Email: jfarah@rentonwa.gov Description: Stoma system[Upgrades,including road restoration and easments Project: N Thorne Lane Sanitary&Road Improvements Contract Amount: $1,159,407.68 Location: Lakewood,WA Client: City of Lakewood Phone Number: 253-589-2489 Email: adbuchanan@cityoflakewood.us Description: Installation of new sanitary storm upgrades,and road improvements Project: Wastewater Sewer Replacement in Vicinity of Chandler&Center St(3932) Location: Tacoma,WA Client: City of Tacoma Phone Number: 253-502-8139 Email: ssanders@cityoftacoma.org Description: Remove and replace approx. 1600 FL of 12"wastewater sewer trunk lines,manholes and street restoration Project: East 40te St Green Infrastructure—(4091) Contract Amount: $4,160,912.65 Location: Tacoma,WA Client: City of Tacoma Phone Number: 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. Project: 20174B Wastewater Sewer Replacement—(4090) Contract Amount: $956,934.00 Location: Tacoma,WA Client: City of Tacoma Phone Number: 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. Project: Wastewater Sewer Main Reroute—Snake Lake&Tyler St—(4094) Contract Amount: $427,696.66 Location: Tacoma,WA Client: City of Tacoma Phone Number: 253-591-5588 Email: loesteich@cityoftacoma.org Description: wastewater Sewer main reroutes Project: Jefferson Ave Water Main Replacement—(4120) Contract Amount: $699,722.14 Location: Tacoma,WA Client: City of Tacoma Phone Number: 253-591-5588 Email: loesteich@cityoftacoma.org Description: 650 LF water main 715 LF of 12"Diam sewer main and manholes and appurtenances. Northwest Cascade,Inc. Name and Title: Robert N.Albornoz,Jr.,Professional Engineer Anticipated Role on this Project:Project Engineer Years Experience:22 Years in Wastewater and Construction Engineering Education:B.S./ 1997/Civil Engineering w/emphasis in Environmental/University of Washington Active Registration: 1. 2005/P.E./Washington/41769 2. 2006/P.E./Virginia/41717 3. 2006/P.E./Maryland/32971 Summary of Experience and Qualifications relevant to the proposed project: During his 21 year professional career in wastewater and construction engineering,Mr. Albornoz has participated as a project engineer,estimator,technical drawings manager and technician on a variety of onsite wastewater treatment designs relating to residential, small community and/or commercial applications. He has been responsible for wastewater design/build projects ranging in value from $25,000 to $3,000,000. He has designed or been directly involved with specialty wastewater treatment projects across the United States involving the collection,treatmen and dispersal of on-site wastewater. Mr. Albornoz has participated as a construction engineer on many large utility/road building projects, providing earthwork services, shoring safety plans and traffic control guidance for all phases including:bidding,pre-planning,ongoing management and completion for each project. Relevant jobs completed: Project: Fox Glen Subdivision Location: Fluvanna County,VA Client: Souther Development./Church Hill Homes Description: Central community treatment system for 25 acre,25 home subdivision,design flows: 7,500 GPD Project: Stillwater Coves Location: Lincolnton,GA Client: Clark Hill Lake LLC Description: Central treatment system for 376 residences and clubhouse,design flows: 116,000 GPD Project: The Legacy Location: Mt.Airy,MD Client: Skirven Enterprises Description: Onsite treatment system for 21 residential lots,designed to treat 6,750 GPD Project: Rivanna Crossing Location: Fluvanna County,VA Client: Rivanna Properties H LLC Description: Onsite treatment system for 37 home subdivision,design flows: 11,100 GPD Project: Gilfield Church Community Development Location: Charles City,VA Client: Charles City County Description: Onsite treatment system and drip dispersal for 25 homes,design flows: 7,500 GPD Project: Mabry Mill Wastewater Treatment Location: Floyd County,VA Client: DOI,NPS Blue Ridge Parkway Description: Wastewater improvements for National Park Service,design flows: 2,500 GPD Project: Commerce Bank Location: Arnold,MD Client: Commerce Bank Description: Collection for 4,100 square foot facility with dispersal to a seepage pit. Project: Parkland Brookdale Interceptor-Phase 2 Location: Tacoma,WA Client: Pierce County Public Utilities Description: Installation of over 5,000 LF of 36"and 72"sewer interceptor with stacked sewer main,side sewers,bypass pumping,installation of bifurcation structure,pump station and ROW restoration. Project: Stadium District Utility Improvements Location: Tacoma,WA Client: City of Tacoma Description: Installation of approximately 1,400 LF of storm,sewer and water systems with restoration of roadways and sidewalks. Project: Sprague Pervious Paving Location: Tacoma,WA Client: City of Tacoma Description: Installation of approximately 4,500 LF of storm,sewer and water systems with pervious roadways and sidewalks. Project: B Street Interceptor Location: Spanaway,WA Client: Pierce County Public Works Description: Installation of approximately 5,000 LF of 30"and 36"sewer interceptor at depths exceeding 30' and roadway restoration. Project: Lexington Street Reconstruction Location: Steilacoom,WA Client: Town of Steilacoom Description: Utility replacement and roadway reconstruction Project: Wastewater Sewer&Side Sewer On-Call Connection Project Location: Tacoma,WA Client: City of Tacoma Description: Emergency sewer and side sewer repairs throughout Tacoma with restoration.This included approximately 500 LF of sewer piping over the various spot repairs. Project: High Cedars Force main&Lift Stations Location: Orting,WA Client: City of Orting Description: Installation of approximately 2,100 LF of sewer main and force main,bypass pumping,installation of a new pump station and restoration of the golf course. Project: East T Street Wastewater Emergency Work Location: Tacoma,WA Client: City of Tacoma Description: Emergency repair and replacement of approximately 1,000 LF of 60"sewer interceptor bypass pumping and site restoration. 1 -2_ Project: Gove Street Emergency Sewer Main Location: Tacoma,WA Client: City of Tacoma Description: Emergency repair and replacement of approximately 1,200 LF of 12"sewer main,side sewers, bypass pumping and site restoration. Project: East T Street Wastewater Emergency Work Location: Tacoma,WA Client: City of Tacoma Description: Emergency repair and replacement of approximately 1,000 LF of 60"sewer interceptor bypass pumping and site restoration. Project: No.3711 and Tyler Watermain Replacement Location: Tacoma,WA Client: City of Tacoma Description: Installation of approximately 5,800 LF of storm,sewer and water systems with restoration of roadways and sidewalks. Project: 2015A Wastewater Surface Water Replacement Location: Tacoma,WA Client: City of Tacoma Description: Installation of approximately 4,200 LF of storm,sewer and water systems with restoration of roadways and sidewalks. Project: Downtown Storm Sewer Replacement Location: Tacoma,WA Client: City of Tacoma Description: Installation of approximate 2,100 LF of storm,sewer and water systems with restoration of roadways and sidewalks. -3- �r Equipment List July 28,2020 NWCascade Page 1 Janetp Depar Responsible No. Description Year Manufacturer Model Serial No. License No. Code Employee (cross Weight 8011 GRADER 1987 CAT 140G 7ZV10748 0.00 C032 WATER TRUCK 65 KENWORTH 923RB 102-682-GL 4913OR 50,000.00 C046 1 TON FORMAN TRUCK Igoe FORD F350 2FDJF3717GCA16374 A41431E 1 10,000.00 COBB PICK UP 1983 FORD F150 IFTDF15Y5DRA23747 HX9e87 1 6,000.00 C051 1 TON FORMAN TRUCK 1988 FORD F350 2FDKF3718GCB47740 UU26W 1 10,000.00 C052 MUD TRUCK 1072 FORD C800 D804VN55516 HH8825 1 20,000.00 C056 TRACTOR 81 MACK RWS7701ST 1MIV189Y6BHO686e9 54762X 1 80,000.00 C059 1 TON FOREMAN TRUC 1987 FORD F350 2FDKF3717HCA41819 99513H 1 10,000.00 40065 PICK UP 1980 FORD F250 2FTHF25YXJCAS083 84308L 1 8.000.00 C089 GENERATOR TRUCK 1983 INTERNATIONAL 1854 IHTAA17840HA18514 UL4791 i 18,OD0.00 COBB DUMP TRUCK 1999 INTERNATIONAL 9370 2HSFBX5R5KCO28951 C90139A 1 88,000.00 C092 PICKUP 90 FORD F250 IFTHF26YOLPA42403 A47WSL 1 8,000.00 CI10 PICKUP 1991 FORD F250 2FTHF25YBMCA535O6 A55007N 1 8,000.00 C111 I TON FOREMAN TRUC 91 FORD F360 2FDKF37M2MCA52595 A55008N 1 11,000.00 C133 DBM FLAT BED 1T 86 FORD F350 2FDK3717GCA30007 UG2072 1 12,OD0,00 C142 1 TON FOREMAN TRUC 85 FORD F350 1FDJF37LIFPB26346 84189N 1 18,000.00 C175 FLATBED TRUCK 1996 INTERNATIONAL 4700 1HTSCAAL2TH402478 841631H 24,000.00 C180 CONCRETE SAW TRUC IM INTERNATIONAL 4700 IHTSCAALOTH402478 C41485F 24,000.00 C193 WATER TRUCK 1997 INTERNATIONAL 4854 1HTSHAAR58H038014 C42062K 54,000.00 C201 TRAFFIC CONTROL SIG 1097 GMC C71-1042 1GDK7HIJSVJ501319 C605598 1 26,000.00 C255 ONE TON FOREMAN 1999 FORD F350 1FDVWWF5XED80659 B58151Y 1 14,OD0.00 C282 PICKUP 1999 FORD F750 1FTRF17W9XNB80145 B94533X 1 6.000.00 C296 SHOTCRETE SUPPORT 2001 INTERNATIONAL 4700 1HSTCAAL91H354488 813401G 1 20,000.00 C347 EXPLORER 2002 FORD EXPLORER 1FMZU73K12ZD01937 702ZSR 1 ROGERS 0,000.00 C358 LOWBOYTRACTOR 2003 KENWORTH T8006 1XKDDSOX24R397568 eO243RP 1 100,ODO.00 C485 ONE TON FOREMAN 2006 FORD F350 IFDWF36P96ED02358 B56158Y I SAGER 14,00.00 C486 ONE TON FOREMAN 2006 FORD F350 1FDWF36P76ED02357 C60393P 1 HAGARA 14.000.00 C489 PICK UP 2007 FORD F150 IFTRF12W57KBe7188 775LWX 1 HACKERT 6,000.00 C624 ONE TON FOREMAN 2008 FORD F350 1FDWF36R28ED23850 C61112B 1 CORKREY 10,000.00 C648 DUMPTRUCK 1990 PETERBILT 378 1XPFDBOX7LD301273 C27166E 1 80,000.00 C549 WATER TRUCK 1994 FORD LNT8000 1FDYW82E7RVA3573B B40701F i 44,0DD.00 C551 SWEEPER 2006 STERLING/ELGIN SC8000 49HAADBV66DV86102 B41878H 1 38,000.00 C552 LOWBOYTRACTOR 2008 KENWORTH T800 IXKDP4TX69R254466 28421RP 1 105,500.00 C553 PICKUP 2007 FORD F150 IFTRF12257NA87668 CeO576B 1 GUIDUCCI 6,D00.00 Equipment List NWCascade July 28,2020 Page 2 lend No. Description Year ManufacturerModelDepar Responsible Serial No. License No. Code Employee Grass Weight C554 pickup 2007 FORD F160 1FTRF12207KD58831 C605778 1 ALGHARBI 8,000.00 C555 PICKUP 2007 FORD F15OXCAB 1FTRX12W37FS43901 C60578B 1 LEWIS 8,000.00 C594 ONETON 2014 FORD F350 1FORF3GT8EES28892 C78509R DUESTERBECK 14,000.00 C818 PICK UP 2014 FORD F260 1FT7W286SEEB52028 C97962A 1 HOLM 10,000.00 C630 FOREMAN TRUCK 2012 FORD F450 1FDUF4GT4CEC19540 C37680J i SIGLER 16,000.00 C832 FOREMAN TRUCK 2015 FORD F450 1FDUF4GTXFEA64576 C60250P 1 10,000.00 C665 1 TON FOREMAN 2015 FORD F450 1FDUF4GTIFED42524 C27737E 11 18,000.00 C686 1 TON FOREMAN 2015 FORD F450 1FDUF4GT3FED42525 C2773BE I CLARK 18.000.00 C704 5 2018 FORD F160 1FTEW1EP6GFA7B202 C26327G 1 MYERS 6,000.00 C707 DUMP TRUCK 2007 KENWORTH T80013 1NKDXBOX17R209726 C41194F 1 80,000.00 C724 WATER TRUCK 2003 FREIGHTLINER M2106 IFVHCYAK43HM06916 046149H I 40,000.00 C738 PICK UP 2017 CHEVROLET 2500 HD SILVERADO IGCIKVEGSHF126042 C46334H 1 WORTHINGTON 10,000.00 C741 EXPLORER 2006 FORD EXPLORER XLT 1FMEU73E96UB73202 BF88742 11 MYERS 8,000.00 C747 WATER TRUCK 1980 KENWORTH DUMP W8794C C37890J 1 42,000.00 C769 PICKUP 2018 CHEVROLET SILVERADO 1GCIKUE03JF243442 C80475J 1 QUESENBURY 10,000.00 C885 ONE TON FOREMAN 2010 CHEVROLET SILVERADO IHTKHPVHPKH294014 C60231P 1 20,000.00 C686 ONE TON FOREMAN 2019 CHEVROLET SILVERADO I HTKHPVHSKH279056 C59891 P 1 0.00 C890 FOREMAN TRUCK 2019 CHEVROLET SILVERADO 2GC2KREGBKI112758 C60319P 1 18,000,00 C924 2017 FREIGHTLINER 122SO 3ALHGNDVXHDHY908S 1 0.00 D042 WHEEL LOADER 83 CAT 950E 65R1155 1 0.00 DOW EXCAVATOR 88 JOHN DEERE 892 DLC 5210 1 0.00 D053 SCRAPERIRESALE 88 CAT 813 OZX01393 1 0.00 D062 EXCAVATOR 89 HITACHI EX20OLC 145-41805 1 0.00 D079 SCRAPER 1983 CAT 623E 46POI975 B1E1956160 1 0.00 D080 EXCAVATOR 90 LINKBELT 5800CII L0810-1024 1 0.00 0087 EXCAVATOR 90 CAT 245 6MF00380 1 0.00 D090 BACKHOE 92 CASE SUPER 580K 4X2 JJG0161867 1 0.00 D093 BACKHOE 92 CASE SUPER 580K 4X2 JJG0163861 1 0.00 D094 BACKHOE 92 CASE SUPER 580K 4X2 JJG0165469 1 0.00 D099 WHEEL LOADER 91 CASE 721 JAK0022103 1 0.00 DWI SKID STEER LOADS 90 GEHL 4615 11448 1 0.00 D103 EXTENDAHOE 91 CASE 5904X4 JJG0205396 1 0.00 D104 DOZER 1988 CAT D7H 79ZO1154 1 0.00 D110 DOZER 93 JOHN DEERE 550G 778159 1 0.00 Equipment List July28,2020 NWCescade Page 3 Janetp Doper Responsible No. Description Year Manufacturer Model Serial No. License No. Code Employee Gross Weight D112 BACKHOE 92 JOHN DEERE 5101) T051ODB779798 0.00 D116 EXCAVATOR 92 JOHN DEERE 892DLC FFS92DL006252 0.00 D117 WHEEL LOADER JOHN DEERE 644G DWS44GB54OW 0.00 D118 LOADER 1993 JOHN DEERE 744E CK744ES000354 0.00 D125 BOBCAT BOBCAT 980 506311179 0.00 W28 DOZER 1995 JOHN DEERE 5 T0750CX812192 0.00 0127 SWEEPER 1996 ROSCO RS48 33957 0.00 D129 EXCAVATOR 1996 JOHN DEERE 79OLC FF790EX015291 0.00 D130 4 X 4 BACKHOE 96 CASE 580 SUPER L JJG0189272 0.00 D131 4X2 BACKHOE 98 CASE 580 SUPER L JJG0190538 0.0D D134 LOADER 1994 JOHN DEERE 744E CK744EB000446 1 0.00 D135 4 X 2 BACKHOE 98 CASE 580SL JJG0195242 1 0.00 D138 04 BACKHOE 97 CASE 580 SUPER L JJG0199637 1 0.00 D139 4X2 BACKHOE 97 CASE 580 SUPER L JJG0200959 1 0.00 W40 EXCAVATOR 1997 JOHN DEERE 892 FF892EX012422 1 0.00 D141 EXCAVATOR 1997 JOHN DEERE 45OLC FF0450X090079 t 0.00 0142 EXCAVATOR 1997 JOHN DEERE 20OLC FF020OX050558 i 0.00 D143 02 BACKHOE 98 JOHN DEERE 310SE 310SE844420 1 0.00 D144 4 X 2 BACKHOE 98 JOHN DEERE 310SE 31 OSE844408 1 0.00 D145 4 X 2 BACKHOE 98 JOHN DEERE 310SE 31 OSE844396 1 0.00 D148 GRADER 1098 JOHN DEERE 772CH DW772CH559808 1 0.00 D149 375 Cat excavator 1999 CAT 375L 1JM00310 1 0.00 D151 BACKHOE 2000 JOHN DEERE 310SE T031OSE882496 1 0.00 D153 BACKHOE 2000 JOHN DEERE 310SE T0310SE663080 1 0.00 D154 SCRAPER 1989 CAT 623-E 8CS00572 SIN9 6D8005 1 0.00 D167 LOADER 1996 CAT 95OF SERIES II 5SK02308 1 0.00 D158 DOZER c498 JOHN DEERE 450H T0450HX901389 1 0.00 D159 EXCAVATOR 2002 JOHN DEERE 20OLC Ff0200X501868 1 0.00 0160 BACKHOE 2003 JOHN DEERE 31OSG T031OSG913719 1 0.00 D161 BACKHOE 2003 JOHN DEERE 31DSG T031OSG913785 1 0.00 D163 EXCAVATOR 2004 JOHN DEERE 200CLC FF200CX504840 1 0.00 D184 EXCAVATOR 2002 JOHN DEERE 450CLC ff450cx091055 1 0.00 D167 BACKHOE 2005 JOHN DEERE 31OSG T031OSG945438 1 0.00 D168 BACKHOE 2005 JOHN DEERE 31OSG T0310SG945277 1 0.00 Equipment List NWCascade July 28,2020 Page 4 Ianetp No. Description Year Manufacturer Modal Serial No. Depar Responsible Lleerrse No. Code Employee Gross Weight D189 BACKHOE 2001 CASE 580L series 2 JJG0244199 1 0.00 Q770 EXCAVATOR 2005 JOHN DEERE 200C LC FF200CX506198 1 D171 MINI EXCAVATOR 2004 HITACHI Z27U FF 0.00 01LKT221888 1 D172 LOADER 2002 JOHN DEERE O.OD 844H D1N844HX584351 D173 SKID STEER LOADER Igoe BOBCAT 763 512239389 1 0.00 1 0.00 D174 SCRAPER 2005 CAT 823E 6BK00525 1 0.00 D175 EXCAVATOR 2005 JOHN DEERS 370C FF370CXQ8333B 1 D176 DOZER 2002 CAT D4C SERIES 3 OBCS01314 0 00 0.00 I D179 BACK HOE 2008 JOHN DEERS 37oSG T0310SG958349 1 D182 GRADER 2007 CA{ 0.00 140H APM02932 1 0.00 0183 LOADER 2008 JOHN DEERE 744J DW744JX808888 1 D184 EXCAVATOR 2008 JOHN DEERE 240OLC 0'00 FF240DX805438 1 D187 EXCAVATOR 2007 HITACHI 0 00 ZX200LC FFOOARH311114 I D190 EXCAVATOR 2007 JONH DEERE 20ODLC FF2DODX570102 0.00 1 O,OD D197 ARTICULATED DUMP 2008 JOHN DEERE 350D DW350DT607703 I D198 DOZER 2008 CAT D711 AECOOOS60 35,00D.D0 1 D197 BOBCAT 2008 BOBCAT 0.00 5180 5287-18448 1 D199 LOADER 2008 JOHN DEERE 644J D.00 DW844J2821290 D204 LOADER 2005 CAT 95OG II CAT09505KAXX01744 1 0.00 1 D208 MINI EXCAVATOR 2011 HITACHI 0.00 ZX35U-3 HCMIYA00C00288882 1 0208 MINI EXCAVATOR 0•00 JOHN DEERE 35D 1FF035DXKBG288993 1 0•00 D213 EXCAVATOR 2015 JOHN DEEE 450D 119729 1 D215 EXCAVATOR 2013 JOHN DEERE 45ODLC 0'00 1FF450DXEBD914309 1 0.00 D21a DOZER 2DO7 JOHN DEERE 750JLT T0750JX148107 1 D218 MINI EXCAVATOR 2014 BOBCAT 351 0 A93K18704 1 0..0000 D219 WHEEL LOADER 2012 JOHN DEERE 644K 1 DW644KZCCE847047 1 D220 EXCAVATOR 0.00 JOHN DEERE 245GLC 1FF245GXKCE800115 1 D222 HORIZONTAL DRILL RIG 2008 VERMEER D24X40 1VRZ19036810006M 0.00 7 0 00 D222A MUD MIXING SYSTEM 2012 VERMEER MX240 1VR8120P3C2001734 1 D2228 LOCATING PACKAGE 2015 DIGITRAK FS 0.00 SOO84308 I 0.00 D223 EXCAVATOR 2014 JOHN DEERE 245 1 FF245GXKCE800180 1 D224 EXCAVATOR CAT 3 0.00 09E2 OFJX03255 1 D225 EXCAVATOR 2015 CAT O.OD 323 OYEJ00248 7 0.00 D226 EXCAVATOR 2016 JOHN DEERE 95G 1FF085GXTFJO18293 1 0.00 Equipment List July 28,2020 NWCascade Page 5 janelp Doper Responsible No. Description Year Manufacturer Model Serial No. License No. Code Employee Gross Weight D227 WHEEL LOADER 2014 CAT 930K ORHN02762 1 0.00 D228 MINI EXCAVATOR 2016 JOHN DEERE 35G IFF035GXEFK27WO 0.00 D229 EXCAVATOR JOHN DEERE 135 1234 10.00 D230 DOZER 2007 CAT DBR LGP WRGO0871 0.00 D231 MINI KUBOTA u27-4r1 40769 1 0.00 D232 LOADER JOHN DEERE 644K FF670527 1 0.00 D233 MINI EXCAVATOR JOHN DEERE 35G JK283815 1 0.00 D235 DOZER CAT D5 KW205383 1 0.00 D236 EXCAVATOR JOHN DEERE 135G 1FF135GXPJF500679 1 0.00 D237 MINI EXCAVATOR 2019 KUBOTA U354 KBCO0354AK3F1e845 1 0.00 D238 EXCAVATOR 2015 JOHN DEERE 135G 1FF135GXCFE400086 1 0.00 D239 EXCAVATOR CAT 308 OGGBD0992 1 0.00 D240 GRADER JOHN DEERE 772GP 1DW772GPAF703279 1 O,OO K002 WATER TRUCK 1975 DIAMOND REO 18000 DRG84HC607079 HY2339 1 54,160.00 K010 WATER TRUCK 1974 INTERNATIONAL 4370 3T2MSDYB10504 21725J 1 40,000.00 K015 10CY DUMP TRK 1980 FORD LT8000 1FDYW8OU7GVA00184 A63752Z 1 44.000.00 M013 CONVEYOR/HOPPER 1987 FELCO STANDARD 199 1 0.00 M015 2OKW GENERATOR 1987 CRAIG TAYLOR DES-20M 8850258X 1 0.00 M01e ROLLER/COMPACTOR 87 SAKAI SV70D 30003 1 0.00 M019 PULVERIZER 1988 BOMAG MPH-100 85218X,TAG 69242 1 0.00 M020 ROLLER 1988 BOMAG BW 90 ADL 101400200217 09195 1 0.00 M021 ROLLERICOMPACTOR 88 SAKAI SV91D 30158 1 0.00 M022 HOE-PAC 1989 STANLEY HOE-PAC HS6000 2127 1 0.00 M029 ROLLERICOMPACTOR 1989 BOMAG BW-172-D 110873 TAG 89734 1 0.00 M031 PRESSURE WASHER 1990 KOHLER MAGNUM 2014414256 1 0.00 M033 RESALE HOMEMADE 1234 1 0.00 M035 COMPACTOR 1990 STANLEY HOE-PAC HSWOO 1441 1 0.00 M036 CONCRETE BREAKER 1990 STANLEY MS-550 551928 1 0.00 M037 COMPACTOR 1990 STANLEY HOE-PAC HS6000 2471 1 0.00 M048 CONVEYORIHOPPER FELCO W9 101 1 0.00 M049 CONVEYORIHOPPER FELCO 909 33TAGO7373 1 0.00 M050 COMPACTOR 1990 STANLEY HOE-PAC HS11000 868 1 0.00 M053 ROADRUNNER SCREE 1993 CEC ROADRUNNER 93341-13 1 0.00 M057 COMPACTOR CASE 1300 JKC1902058 1 0.00 Equipment List NWC8808de July 28,2020 Page e janetp No. Description Year Manufacturer Model Serial No. License No. Coder Employeeble Grose Weight M080 100KW DIESEL GENER 1234 1 0.00 M081 100KW DIESEL GENER 19W 1234 1 0.00 M082 ROLLER/COMPACTOR 1995 DYNAPAC CA251D 58312661 1 O.DO W87 HO-PAC/BUCKET 199E FELCO g8p0 1234 1 0.00 M089 HOE PAC 1998 TELEDYNE TC90S 4001887 1 0.00 M107 ROLLER/COMPACTOR 19g8 DYNAPAC CA252D 8622D317 1 0.00 M114 FORKLIFT 1084 PETTIBONE 204A 1650 1 0.00 M717 WATER TEST PUMP 2000 UDOR KAPPA40 1234 1 0.00 M125 GROUT SYSTEM HOPP 2001 HIGH SHEAR 500E 0000 1 0.00 M127 OCEAN CARGO CONTAI 2001 OCC 8 X 8112 X 20 1234 1 0.00 M128 OCEAN CARGO CONTAI 2001 OCC 8 X 91/2 X 20 1234 1 0 00 M129 HOE PAC FELCO goo 1234 1 0.00 M139 OCEAN CARGO CONTAI 2002 OCC 8 X 81/2 X 20 1234 1 0.00 M140 HOE-PAC 2002 BTI BTI TC301 400-9487 1 0.00 M149 LASER 2002 BEAM ALIGNER 6770-14872 6770-14672 1 0.00 M150 LASER BEAM ALIGNER 6770-16015 670-15015 1 0.00 M151 LASER SPECTRA PRECISIO DIALGRADE 1252 1 0 00 M152 LASER SPECTRA PRECISIO DIALGRADE 9316 1 0.00 M155 LASER SPECTRA PHYSICS LASERPLANE 220 17812 1 0.00 M157 LASER SPECTRA PHYSICS EL-1 33688 1 O.OD M181 OCEAN CARGO CONTAI OCC 1234 1 0.00 M164 GENERATOR HONDA EG5000X GC05-1318115 1 0.00 M188 20'STORAGE CONTAIN 2004 CONTAINER CARE 300588-5 1 0.00 M174 HOE-PAC 2003 BTI BTITC301 4DO-9567 1 0.00 M779 MANHOLE VACUUM TE 20D4 LANSAS 100-24 0803018120 1 0.00 M183 MANHOLE VACUUM TE LANSAS 10D-24 0803018120 1 0.00 M185 CONCRETE BREAKER TRAMAC BRV950N-32 37818 1 000 M187 TRASH PUMP 2004 WACKER PT3A 518842 1 0.00 M188 FORKLIFT 2D04 CAT TH103 03PNO2300 1 0.00 M192 HOE-PAC 2004 BTI BTI-TC301-H 2004091-1 1 0.00 M194 ROLLER 2D01 DYNAPAC CA15M 64220900 1 0.00 M205 PLATE COMPACTOR BCT 1234 1 0.00 M217 HOE-PAC BTI 390 74354 1 0.00 M227 U-CART 2003 CART-A-WAY CB22-R 20603002 1 0.00 Equipment List July 28,2020 NWCascade Page 7 lane p Doper Responsible No, Description Year Manufacturer Model Serial No. License No. Code Employee Dross Weight M231 ARMATTACHMENT 2008 CATERPILLAR 1T38G 24W45454 1 0.00 M232 ASPHALT ROLLER WACKER R011A 5528871 1 0.00 M233 PLATE COMPACTOR 2008 WACKER WP1550AW B644275 1 0.00 M234 PLATE COMPACTOR 2008 WACKER WP1550AW 6631728 1 0.00 M238 CONCRETE PUMP 1999 SCHWING WP 500X 171500210 1 0.00 M246 HOE-PAC 2008 811 TC301 104791-1 1 0.00 M248 PLATE COMPACTOR 2009 WACKER WP1550AW 6687391 1 0.00 M251 ROTARY LASER DEWALT DWO77 10399 1 0.00 M252 GENERATOR 2007 HONDA EU30001S 1221443 1 0.00 M250 CART AWAY CBL2 CON 2003 20603002 1 0.00 M257 SCREEN PLANT 2010 12345 1 0.00 M263 GENERATOR 2008 HONDA EU20001 EAAJ1643293 1 0.00 M264 GENERATOR 2009 POWERMATE PM0433500 F26800065E 1 0.00 M255 WHEELTRENCHER 1992 VERMEER CC135T 1VRF122V6P1000371 1 0.00 M266 GENERATOR 2006 CAT X0300 X3R00129 1 0.00 M287 SUBMERSIBLE DEWAT 2011 GODWIN GSP900 0870662 1 0.00 M280 SUBMERSIBLE DEWAT GODWIN GSP900 161894 1 0.00 M2B9 GENERATOR 2006 HON13A EM5000 EANC1023124 1 0.00 M274 plate compactor Wacker Neuson W121550 1234 t 0.00 M275 GENERATOR 2012 HONDA EU20001 EAAJ-2443458 1 0.00 M276 GENERATOR 2012 HONDA EU20001 EAAJ-2435799 1 0.00 M277 later AGL GRADELIGHT 3000 GX1232 1 0.00 M278 GRUNDOMAT MOLE 2012 GRUNDOMAT loop P100204S3245 1 0.00 M285 JUMPING JACK RAMMER B860 20001292 1 0.00 M287 ROADHOG 2011 ZANETIS RH48200 1103001RH4820OTLT 1 0.00 M288 CONCRETE SAW 2013 CORE CUT CC3500 148430 1 0.00 M292 PLATE WACKER 2014 WACKER WP1650AW 30073579 1 0.00 M296 TRASH PUMP 2014 HONDA 211GP 2TH-16552 1 0.00 M297 PLATE WACKER 2014 WACKER WP1550AW 30073553 1 D.00 M310 SWEEPER LAY MOR 8HC 2878"05 1 0.00 M311 HOE PAC 67 TC92D AT2738-1 1 0.00 M312 JUMPING JACK 2015 WACKER WP1650AW 30088781 1 0.00 M313 PLATE COMPACTOR 2015 WACKER BSe0-4A 24248921 1 0,00 M314 HYDRAULIC BREAKER 2014 BTI (mini excavator he PM64011 1 0.00 Equipment List NWCasmde July 28,2020 Page 8 JaneV Q• Description ptlon Year Manufacturer ModelDepar RssPonslble Serlal No. License No. Code Employee Gross Weight M315 SWEEPER 2012 LAYMOR SM300 8RC33855 M316 SWEEPER 830ZD 1 D.00 2015 LAYMOR SM300 SM0036349 8306ZD 1 M317 CAT C824B 0.00 CATC6246V420003D4 1 M318 HOE PAC CAT CPV40 0•00 OCRT02375 1 M319 MANHOLE VACUUM TE 2016 HONDA 278.068 15F02-B 0.00 1 M321 AIR COMPRESSOR 2014 SULLAIR 185 CFM 0.00 20140829D052 8435ZD 1 M332 PLATE COMPACTOR WACKER 1550 5100018324 0,00 M333 JUMPING JACK MULTIQUIP MTX-GO U5671 1 0.00 M334 HOE PAC 2018 BTI 1 0,00 TC51HF AT4845.1 1 M335 LINE STRIPER 2017 GRACO LINELAZER 3400 15277 0.00 M338 JUMPING JACK 1 2017 MQ MTX80HD 8-2393 0.00 M337 HOE PAC 2017 BTI 1 0.00 TC752H AT2862 2 1 M338 HOE PAC 2017 BTI TC152VH AT4983-2 0.00 1 M339 17'CUTDOWN BEDDIN 2017 FELCO 2CYD 0.00 014-0217-703 1 M340 JUMPING JACK 2017 MQ MTXBOHD 0.00 B-2053 1 M341 HOE PAC BTI TC152 AT4947-2 0.00 1 M343 PLATE COMPACTOR 2016 WACKER WP1550AW 10558281 M344 3"TRASH PUMP 1 0.00 GODWIN GTP-80HX 1 M345 SWEEPER 2012 LAY-MOR g}1C 33785 0.00 0.00 1 M347 GENERATOR 2017 LIBBY WELDING MEP0076100KW T92167981RZ01118 M347 WHEEL WASH 1 0.00 NEPTUNE COMPACT 0903005 1 M351 COMPACTOR NpK C46 9503 1 0.00 M352 COMPACTOR 2018 MIKASA MVH408DZ C1211 0.00 M353 DIRECTIONAL DRILL LO 1 0.00 1234 1 0.00 M356 ROLLER 2008 INGERSOLL RAND SDI 16 18179 M357 CONCRETE BREAKER BTI 1 0.00 BX-10 BX10-1507 1 M368 BREAKER 2019 CAT 620HAMMER 0.00 MAX01619 1 M384 JUMPING JACK 2019 BOMAG BVT65 0.00 101541231208 M365 COMPACTOR 2018 BTI 1 D.00 TC92V AT8014-2 1 M367 PLATE COMPACTOR 2019 WACKER WP1550AW 0.00 10807309 1 M369 BREAKER JOHN DEERE BX10 0.00 BX10-2302 M370 PLATE COMPACTOR HONDA 1 0.00 GX120 VP280203 1 M375 ROLLER HAMM 0.00 H1997280 1 MO72 CONVEYORIHOPPER 1996 FELCO FELCO 0.00 012-0196423 1 0.00 Equipment List July 28,2020 NWCascade Page 9 1arletP No. Description Year Manufacturer Model Serial No. License No. Coder Employee le Gross Weight P001 THOMPSON PUMP THOMPSON 1234 0.00 R028 GRINDER TRUCK 76 FORD F350 F37MRA54833 14,000.00 RT11 TRAILER VAN 1970 FREUHAEUF HPK170809 JD3379 0.00 T001 OFFICE 1970 HOMEMADE WA7219445 FG4533 0.00 T003 WATER SETTLING 1974 HOMEMADE WA7210543 FE8999 0.00 T012 END DUMP TRAILER 1974 GARWOOD 386962 2780YX-PER 14,770.00 T015 40'FLATBED TRAILER 1973 STRICK 172110 0530KZ-PER 1 10,040.00 T019 ROLLER TRAILER 1983 HM WA7808949 78139AA 0.00 T020 AIR COMPRESSOR 79 JOY UTILITY 165531 JJ2770 0.00 T024 ARROW SIGN 1985 LEAR SIEGLER MOBILE 4909 WZ8504 0.00 T025 ARROW SIGN 1085 LEARSIEGLER MOBILE 4028 WZ85B0 0.00 T026 BELLY DUMP 81 RANCO 1RS13SCSOBBLOO8066 ZJ1997 1 0.00 T034 SING AXLE DOLLY 1970 BROWN DOLLY SWIM 7020JG 0.00 T038 AIR COMPRESSOR 1989 ATLAS COPCO 175 CFM ARP934727 8968MG 1 0.00 T040 40'TRAILER 77 FRUEHAUF FLATBED FRY609301 0525KZ 1 0.00 T050 TRAILER EAGER BEAVER 25 GPT 112EPX459KA030925 9747SI 1 0.00 T052 COMPRESSOR 90 ATLAS COPCO XAS90DD 975170 8030KB 0.00 T058 AIR COMPRESSOR 1993 ATLAS COPCO XAS90DD AIP204023 7377RG 0,00 Toe3 CAR TRAILER 1989 HOMEMADE FLATBED WAR6133017 275M 1 0.00 T198 AIR COMPRESSOR 2004 SULLAIR 185DPQ 004134623 0738VL 1 0.00 T199 TRAIL KING 2004 DROP DECK TRAILE TK70HT 1TKA048325M078024 2075RU-PER 1 10.001.00 T213 TOWABLE LIGHT TOWE 2003 GENIE TML-40OON 5D8LC14154R000195 79748AA 1 0.00 T214 8 x 16 OFFICE TRAILER 1195 WILLIAMS SCOTSMA 8 X 16 695-138 or EVG04480 NO LICENSE 1 0.00 T217 CAR TRAILER 1986 ROADL UTILTIY 1R9BE79630R 75982AA 1 0.00 T238 AIR COMPRESSOR 2001 SULLAIR 185DPQ 004136293 7160UN 1 0.00 T239 AIR COMPRESSOR 2001 SULLAIR 185DPO OD4138291 7181UN 1 0.00 T282 OFFICE TRAILER 2000 WILLIAMS SCOTSMA NBS-00241 8 X 24 00241 NO LICENSE 1 0.00 T284 U-CART 2003 CART-A-WAY CMT100 4MFMA15223W001823 75808AA 1 0'.00 T288 U-CART 2003 CART-A-WAY CMT100 4MFMA15283W001825 76002AA 1 0.00 T292 BEAVER TAIL TRAILER 2008 TRAIL KING TK70HT483 ITKA046338M035350 2017UH-PER 1 10,001.00 T294 TANDEM AXLE TRAILER 2004 BIG TEX 10TL-20 16MO2441H34136 1800XE 1 0.00 T295 MESSAGE BOARD 2008 AABCO MESSAGE 4SEPN10188M4SE211 2287UH 1 0.00 T298 MESSAGE BOARD 2008 AABCO MESSAGE 4SEPN161XBM4SE212 0717VL 1 0.00 T302 ARROW BOARD 2008 ALLMAND 22201SE 0438AB07 0773VL 1 0.00 Equipment List July 28,2020 NWCescade Page 10 ]anetp Depar Responsible No. Description Year Manufacturer Model Serial No. License No. Code Employee Gross Weight T304 AIR COMPRESSOR 2002 SULLAIR 185HDPQ-JD 004138946 4862VZ 1 0.00 T305 MESSAGE BOARD 2008 AABCO MESSAGE 4SEPN18138M4SE357 0719VL 1 0.00 T308 MESSAGE BOARD 2008 AABCO MESSAGE 4SEPN161XSWSE355 0720VL 1 0.00 T307 SHOTCRETE PUMP 2008 ALLENTOWN POWER CRETER 20 lAgSP1316BA706010 146M 1 0.00 T308 VAN TRAILER 1990 STRICK STICK 151ZE8535LG327057 9562TY-PER 1 0.00 T321 JOB SHACK JOB SHACK 8 X 12 1234 NO LICENSE 1 0.00 T3W MESSAGE BOARD 2009 WANCO WTLMB-S-LL(A) 5F12S181281004239 0751VL 1 0.00 T367 MESSAGE BOARD 2009 WANCO WTLMB-S-LL(A) V128161981004240 0750VL 1 0.00 T423 SKID STEER TRAILER 2012 MIDSOTA DECK OVER iM9AS2423CA633081 NO LICENSE 1 0.00 T436 TANDEM AXLE TILT DE 2012 BULLDOG 7X18HT 4RJHT1824DI i04462 79WZD 1 10,000.00 T513 MESSAGE BOARD AABCO 1P9D1717EE301365 NO LICENSE 1 0.00 T763 500 GAL WATER TRAIL 2016 MQ H2O 4GNBM1228FBO39240 8304ZD 1 0.00 T787 500 GAL WATER TRAIL 2016 MQ H2O 4GNBM722XFB038687 5339ZD 1 0.00 T813 WATER TRAILER 2014 WYLIE SPRAYERS H2O 5WTW1327EP000234 9842ZO 1 1,800.00 T819 500 GAL WATER TRAIL 2016 MUL11OUIP H2O 4GNBM1225GS041987 2053ZX 1 0.00 T898 FLIP AXLE 2018 GLOBE GTZYI01-5 1G9ZY0517JB336323 75996AA 1 22,360.00 T899 LOWBOY TRAILER 2018 GLOBE GTBN603-52-24-HGG IGOBN5237JB338985 75997AA 1 154,80000 T900 LOWBOY TRAILER 2018 GLOBE GTXX402-27 1G9XX2728,113336021 75995AA 1 87,840.00 T903 DUMP TRAILER 2016 MAXXD D814 5R8D81423JM0"W5 32036AB 1 0.00 T912 5 2017 SUMMIT DOST8720TA5 59KBU2020H1001443 01294AC 1 0.00 T930 SIDE DUMP 2000 TRAIL KING SIDE DUMP 1TKSO4841YM031830 46100AC 1 0.00 X084 750 PELLAND DOZER JOHN DEERE 750 1234 1 0 00 S. REFERENCES 1 5.1 Trade References: 5.2 Bank References:�,jAS w - fabAC 5.3 Surety: rn� � D`n �(I4G -rl GI 5.3.1 Name of bonding company: }-� ( 0(+DH 0C M"f w 5.3.2 Name and address of agent: LI`b rro W WAA"---Q 6. FINANCING 6.1 Financial Statement. ��� After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? Skyline Sanitary Sewer Extension/Leyrer 21 August 9, 2021 Project Number: 11-3003 CNW NORTHWEST CASCADE INC . POST OFFICE BOX 73399, PUYALLUR WASHINGTON 98373/TOLL FREE 800-562-4442 Credit Department: We hereby request an open account with your company under the name of Northwest Cascade, Inc. We submit the following information for your review and investigation: Bank: Wells Fargo Bank 1201 Pacific Ave Tacoma, WA 98402 Contact: Kara Olson Phone: 253-593-5610 Fax: 253-967-3893 Insurance Broker: Max Hanley Propel Insurance P. O. Box 11205 Tacoma, WA 98411 Phone: 253-759-2200 Fax: 253-752-8659 Officers: Greg A Potts, CEO/President 8016 172"d Ave E Sumner, WA 98390 Accounts Payable Shari Nagrodski 253-848-2371 x 4411 Contractor's License Number: NORTHC1148BG U.B.I. Number: C278-049-149 Federal I.D. Number: 91-0826936 Employment Security: (Worker's Comp): 307161 Request for Credit Account Page 2 References: Randles Sand and Gravel Inc. 19209 Canyon Rd. E. Puyallup, WA 98375-2310 Phone: 253.531.6800 Fax: 253.847.4397 Williams Oil Filter Service Co Shope Enterprises, Inc 1247 Puyallup Ave 1618 E Main Ave Tacoma, WA 98421 Puyallup, Wa 98372 Phone: 253.627.8163 Phone: 253.848.1551 Fax: 253.627.8232 Fax: 253.864.6172 Email: araa)wofsco.com Email: accounting@shopeconcrete.com Northwest Cascade, Inc. performs the following services: underground utility contractor, portable restroom service, septage pumping, drain cleaning, and industrial pumping We operate under the following names: Honey Buckets®, We would appreciate the account being established under the name of Northwest Cascade, Inc. Our Dun & Bradstreet number is 02-969-5053. If any additional information is needed, please advise. It is our policy to pay by the tenth of each month all properly prepared invoices received by the end of the preceding month. Our employees have been instructed to provide their name and a job number or equipment number when placing an order. In turn, we request our suppliers to include that required information on their invoices or statement. Our assurance to you of timely payment depends upon your invoice being complete, correct and in our possession long enough to permit approval by appropriate individuals. Invoices without the required information will not be processed for payment until that information is supplied. For assistance, please call me at 253.848.2371. Sincerely, Greg Potts CEO/President 7. SIGNATURE ' 7.1 Dated at this OZ'' day of , 2021. Name of rg i tion: &4 (%OjQ �'[L By: Title: D-�' S ut_cr� 7.2 , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. hh I Subscribed and sworn before me this 4 Q"day of �+ , 2021. Notary Public: uffi)MQ My Commission Expires: s4 ► CHARLOTTE A BASKETT Notary Public State of Washington Commission# 154930 My Comm. Expires Aug 26, 2023 Skyline Sanitary Sewer Extension/Leyrer 22 August 9, 2021 Project Number: 11-3003 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 (August 24, 2021), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Bid is B ines Name Signature of Au orized Official* f,-�M r Printed Name V, p. o.- NW!3�OU6,0 Title ) b ' - -A--Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. Skyline Sanitary Sewer Extension/Leyrer 23 August 9, 2021 Project Number: 11-3003 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (August 24, 2021), the bidder is not a 'willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. + 0%a& , (41C Bidd 's Business Name Sign ure o u orized Official* E Printed Name V,P. o-P &)A&i1U0WA Title Big lkm Iwo Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. Skyline Sanitary Sewer Extension/Leyrer 24 August 9, 2021 Project Number: 11-3003 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within twenty (20) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at headdress stated below. Receipt of Addendum No.'s _ , _ to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: NA Signature oorixe Representative (LOW I. (P of Name and Title) A dress Skyline Sanitary Sewer Extension/Leyrer 25 August 9, 2021 Project Number: 11-3003 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Northwest Cascade, Inc. as Principal, and 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 Skyline Sanitary Sewer Extension/Project Number: 11-3003 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 241h DAY OF _ August 2021. No e PR CIPAL bn1c. �- V �a�vuc�p� F alit De mpany of Maryland SUR Ca y iritu,Attorney-in- act 20 Received return of deposit in the sum of $ _ Skyline Sanitary Sewer Extension/Leyrer 26 August 9, 2021 Project Number. 11-3003 , ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called (lte "Companies"), by Robert D.Murray,Vitae President, in pursuance of authority granted by Article V,Section 8,of the BY-Laws of said Companies.which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do Hereby nominate,constitute. and appoint Heather L. ALLEN, Erica E. MOSLEY, Holli ALBERS, Jamie L. MARQUES, Carley ESPIRITU, Christopher KINYON.Brent E.HEILESEN,Annelies M.RICHIE,Amelia G.BURRILL of Tacoma,Washington,EACH,its true and lawful agent and Attomev-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 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 LLAUCH AMERICAN INSURANCE COMPANY at its office in New York.New York.,the regularly elected officers of the COLONIAL. AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the 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 COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 29th day of July,A.D.202t. 'v 7lrPiy w wv. 05itM rlr a ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D.Murray Vice President By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this olst day of July. A.D.2021. before the subscriber.a Notary Public of the State of Maryland,duly cotnmissioacd and qualified,Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of some,and being by the duly swum.depuseth and saith,dot helshe is the said officer of the Company afamsaid,and that the seals affixed to the preceding instrument are the Cogrntate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. 5�1151111f�lrl CL 7i:h T��1 ,r ", Constance A.Dunn,Notary Public ",l4.niri....60' My Commission Expires:July 9,2023 +•l!7lfl1j0%x Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Allorneys-ill l-acl. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the Attested corporate seal, appoint altomeys-in-fact with autltority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in bill force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force, This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th 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 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 Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL 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 COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May.1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed- IN TESTIMONY WHEREOF,i have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 24th day of August 2021 . �o otrur�r yr� � J12AL a By: Brian M.Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 www.rcporisfclltitns a)zttrictina.cottt 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Skyline Sanitary Sewer Extension Project Number: 11-3003 NAME OF PROJECT fl'W+,1Lk)w aw&6 , [w- NAME OF BIDDER'S FIRM SIGNAT E O UTtAQ111141513 RE RES TATIVE OF BIDDER Skyline Sanitary Sewer Extension/Leyrer 27 August 9, 2021 Project Number: 11-3003 RESOLUTION OF CORPORATE AUTHORITY OF NORTHWEST CASCADE,INC. Be it resolved that any of the four persons,CEO/Chairman Marls R.Perry,President Carl Lilieyuist,Chief Financial Officer/Secretarynrcumtr Gregory A.Potts,Clinton E Myers,acting singly,shall ba and hereby is authorized and empowered,on behalf of Northwest Cascade,Inc.,to execute contracts,letters, authorizations,commitment$,proposals and other documews In the normal cow of business relating to the following matters: I. Contracts for work or materials to be furnished or supplied by the Corporation, Northwest Cascade,Inc. 2. Collection of amounts due for work or materials of Northwest Cascade,Inc. 3. Filing or release of liens,or claims against bonds or retained percentages,for work or materiels furnished by Northwest Cascade,Inc. 4. Any and all matters related to any of the above and foregoing. This authority shall remain in effect until revoked by action of the Board ofDirectors. Dated this 1st day of April 2015. 54—MIMIM, rer I certify that this is a true copy of the Resolution dated April 1,201 S. iaumanlCEC Date I I This than a order form is for exam ie Rurl2oses only. By submitting a bid the bidder agrees to be bound by the terms of this change order form for an change orders. CHANGE ORDER NO. [Enter # 1, 2, 3, etc,] NAME OF CONTRACTOR: rInsert Company Nall ("Contractor") CONTRACT NAME & PROJECT NUMBER:rInsert Name of Original Contract & Project # if a licable ORIGINAL CONTRACT DATE: (insert Date Original Contract was Signed This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section 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 date] 2. The contract amount and time for performance provisions of Section 1 of the Contract are also modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Skyline Sanitary Sewer Extension/Leyrer 28 August 9, 2021 Project Number: 11-3003 Original Time for Completion (insert date) _ Revised Time for Completion under prior Change Orders (insert date) _ Days Required (f) for this Change working days Order _ Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. f CONTRACTOR: CITY OF KENT: By: By (signature) (signature) Print Name: Print Name: Chad Bieren P.E. Its Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department Skyline Sanitary Sewer Extension/Leyrer 29 August 9, 2021 Project Number: 11-3003 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................❑ Orderof Contents.................................................................................❑ Invitationto Bid...................................................................................❑ ContractorCompliance Statement........................................................❑ Date............................................................................................❑ Have/have not participated acknowledgment.............................❑ Signatureand address ................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Dateand signature .....................................................................❑ AdministrativePolicy ...........................................................................❑ Proposal...............................................................................................❑ Firstline of proposal - filled in ...................................................❑ Unitprices are correct ................................................................❑ Bid the same unit price for asterisk (*) bid items.......................❑ Minimumbid prices are correct...................................................❑ Subcontractor List (contracts over $1M - HVAC, Plumbing, & Electrical)............❑ Subcontractorslisted properly....................................................❑ Signature ....................................................................................❑ Subcontractor List (contracts over $1M - Structural Steel &Rebar Installation)-El Subcontractorslisted properly....................................................❑ Dateand signature .....................................................................❑ Contractor's Qualification Statement ...................................................❑ Completeand notarized ..............................................................❑ Statement that Bidder Has Not Been Disqualified ................................❑ Certification of Compliance with Wage Payment Statutes....................❑ ProposalSignature Page......................................................................❑ AllAddenda acknowledged .........................................................❑ Date, signature and address .......................................................❑ BidBond Form .....................................................................................❑ Signature, sealed and dated .......................................................❑ Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form .................................................................❑ Signature ....................................................................................❑ ChangeOrder Form (Example).............................................................❑ Bidder's Checklist ................................................................................❑ The following forms are to be executed after the Contract is awarded: A) CONTRA T This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Skyline Sanitary Sewer Extension/Leyrer 30 August 9, 2021 Project Number: 11-3003 Bond No. 9384730 PAYMENT AND PERFORMANCE BOND KEN T TO C I TY OF KENT WA4H IM OTOM KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Northwest Cascade, Inc. as Principal, and Fidelity and Deposit Company of Maryland a Corporation organized and existing under the laws of the State of 1ht86txiVXJWW,*as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ 515,218.46 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. *Illinois This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Skyline Sanitary Sewer Extension/Project Number: 11-3003 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. Skyline Sanitary Sewer Extension/Leyrer 31 August 9, 2021 Project Number: 11-3003 Northwest C scade, Inc. TWO WITNESSES: PRIN PAL (enter p cipal's name above) BY: By TITLE: _ V.P 0 .,,1;��+�� Cft6yx DATE: 9/10/2021 DATE 4 `t • '4 CORPORAT E SEAL. ��6i7k PRINT NAME Fidel i nd Deposi ompany of Maryland DATE: . 9/10/2021 _ J SUR CORPORATE SEAL: By: Carley Espiritu DATE: 9/10/2021 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 (Assist t},Secretary of the Corporation named as Principal in the within Bond; that 'IDS 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. SEC TARY OR ASSISTANT SECRETARY Skyline Sanitary Sewer Extension/Leyrer 32 August 9, 2021 Project Number: 11-3003 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D.Murray,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate,constitute. and appoint Heather L. ALLEN, Erica E. MOSLEY, Holli ALBERS, Jamie L. MARQUES, Carley ESPIRITU, Christopher KINYON,Brent E.HEILESEN,Annelies M.RICHIE,Amelia G.BURRILL of Tacoma,Washington,EACH,its true and lawful agent and Attorney-in-Fact,to make,execute, seal and deliver, for,and on its behalf as surety,and as its act and 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 ZURICH AMERICAN INSURANCE COMPANY at its office in New York.New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the 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 COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 29th day of July,A.D.2021, O ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D.Murray Vice President By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this Olst day of July, A.D. 2021, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. % i nt13� ::�: Constance A.Dunn,Notary Public My Commission Expires:July 9,2023 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-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 attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations,undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY 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 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 Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL 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 COMPANY 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-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed A(� 7N IF C}h, v t u su r'bed my name and affixed the corporate seals of the said Companies, this clay of �a oe�ar Jr� SNAL a � By: Brian M.Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 www.reportsfclainas It zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 CONTRACT THIS AGREEMENT, is entered i t❑ between th OF K NT, a Washington municipal corporation ("City"), and � �LL `C organized under the laws of the State of AJ_ , located and doing business at 0Q ll1 K& - ("Contractor"). WITNESS: In consideration of the terms and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: Skyline Sanitary Sewer Extension/Project Number: 11-3003 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 2021 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2021 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and work shall be physically completed within twenty (20) working days. The term of this Contract shall continue until all work has been completed, Final 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 total contract amount for all Work performed under this Contract, including Washington State Sales Tax, is $515,218.46. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3, The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. Skyline Sanitary Sewer Extension/Leyrer 33 August 24, 2021 Project Number: 11-3003 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competentjurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. Skyline Sanitary Sewer Extension/Leyrer 34 August 9, 2021 Project Number: 11-3003 CITY OF KENT BY 7-DaxiL)--,, DANA RALPH, MAYOR DATE: 09/21/2021 ATTEST: 9�x�.dvitb KIMBER Y A. KOMOTO, CITY CLERK APPROVED AS TO FORM: oAk`-r�_ KENT LAW DEPARTMENT CONTRACTOR BY: rr 99 ! PRINT NAME: TITLE: DATE: •"1 �� ���� Skyline Sanitary Sewer Extension/Leyrer 35 August 9, 2021 Project Number: 11-3003 EXHIBIT A INSURANCE REQU I REMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. Skyline Sanitary Sewer Extension/Leyrer 36 August 9, 2021 Project Number: 11-3003 EXH I B I T A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. Skyline Sanitary Sewer Extension/Leyrer 37 August 9, 2021 Project Number: 11-3003 EXH I B I T A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. Skyline Sanitary Sewer Extension/Leyrer 38 August 9, 2021 Project Number: 11-3003 Client#: 12831 NORTCASCI DATE(MMIDD/YYYY) ACORD. CERTIFICATE OF LIABILITY INSURANCE 9/10/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME; Casondra Mossuto Propel Insurance PHONE 800 499-0933 � 866 577-1326 Tacoma Commercial Insurance E-MA No, .Exl1: AIC No ADDRESS: Casondra.Mossutogpropelinsurance.com 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 Zurich American Insurance Company 16535 INSURER A: P y INSURED INSURER B:Navigators Insurance Company .42307 Northwest Cascade Inc. INSURER C:AXIS.Surplus Insurance Company 26620 dba Honey Buckets&North Bay Portables INSURER D PO Box 73399 Puyallup,WA 98373 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN�R TYPE OF INSURANCE ADDL SUER POLICY NUMBER MMLDDY� MMIDD� LIMITS L R A X.COMMERCIAL GENERAL LIABILITY GLA013642406 10/01/2020 10/01/2021 EACH OCCURRENCE $1000000 CLAIMS-MADE �X OCCUR PREMISES ER,N irr0ance 000,000 X PD Ded: $5,000 MED EXP(AN one person) $10 000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2000000 PRO- POLICY 7X JECT LOC PRODUCTS-COMP/OP AGG $2 OOO OOO OTHER: $ A AUTOMOBILE LIABILITY GLA013642406 '10/01/2020 10/01/2021 EDSINGLELIMIT oaa� $1,000,000 X ANYAUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY Per 1 $ B UMBRELLA LIAR X OCCUR SE20EXCZ0346EIC '10/01/2020 10/01/2021 EACH OCCURRENCE $5 00O 000 X EXCESS LIAR CLAIMS-MADE AGGREGATE s5,000,000 DED I X RETENTi0NSO $ A WORKERS COMPENSATION WC013642506 '10/01/2020 10/01/2021 X PER CITH- AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y I N Includes Stop Gap E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? [jy] N/A (Mandatory In NH) Includes USL&H E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below _ E.L.DISEASE-POLICY LIMIT $1,000,000 C Polluition CP002899042020 10/01/2020 10/01/2021 $1M Occ./Agg.$25k Ded. A Leased Equipment CPP013642706 10/01/2020 10/01/2021 $450k/$5k Ded. A Instal Floater CPP013642706 10/01/202 10/01/2021 $100k/$25K/$5k Ded. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) RE: Project Number: 11-3003/Skyline Sanitary Sewer Extension. Additional Insured Status applies per attached form(s). Waiver of Subrogation applies per attached form(s). CERTIFICATE HOLDER CANCELLATION Wilt of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE A `gam ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S4767979/M4349990 KTR00 This page has been left blank intentionally. AuftL Additional Insured — Automatic — Owners, Lessees Or ZURICH Contractors Policy No. Eff. Date of Pol. I Exp. Date of Pol. Eff.Date of End. Producer No. AddT Prem Return Prem. {GLA-0136424-06 10/01/2020 10/01/2021 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code) This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II —Who Is 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-1175-F CW(04/13) Page 1 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: 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 Insured 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 Insurance Condition of Section IV — Commercial General Liability Conditions: 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 Insured 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 Insurance Condition of Section IV—Commercial General Liability Conditions: 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 Insured 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 III—Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U-GL-1175-F CW(04/13) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. 0 Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer Addl Prem Return Prem. alA-0136424-06 10/01/2020 10/01/2021 $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 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: If you are required by a written contract or agreement,which is executed before a loss,to waive your rights of recovery 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-GL-925-B CW(12/01) Page 1 of 1 POLICY NUMBER: GLA-0136424-06 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED 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 CONSOLIDATED(WRAP-UP)OR SIMILAR INSURANCE PROGRAM HAS BEEN PROVIDED. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by "occur- damages or under Coverage C for medical rences" under Section I—Coverage A, and for all expenses shall reduce the Designated Con- medical expenses caused by accidents under struction Project General Aggregate Limit for Section I — Coverage C, which can be attributed that designated construction project. Such only to ongoing operations at a single designated payments shall not reduce the General Ag- construction project shown in the Schedule gregate Limit shown in the Declarations nor above: shall they reduce any other Designated Con- 1. A separate Designated Construction Project struction Project General Aggregate Limit for General Aggregate Limit applies to each des- any other designated construction project ignated construction project, and that limit is shown in the Schedule above. equal to the amount of the General Aggregate 4. The limits shown in the Declarations for Each Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, ex- General Aggregate Limit shown in the Decla- cept damages because of "bodily injury" or rations, such limits will be subject to the appli- "property damage" included in the "products- cable Designated Construction Project Gen- completed operations hazard", and for medi- eral Aggregate Limit. cal expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or"suits"brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 2 Waiters Kluwer Financial Services I Uniform FormsTM B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by 'occur- "products-completed operations hazard" is pro- rences" under Section I—Coverage A, and for all vided, any payments for damages because of medical expenses caused by accidents under "bodily injury" or "property damage" included in Section I — Coverage C, which cannot be at- the "products-completed operations hazard" will tributed only to ongoing operations at a single reduce the Products-completed Operations Ag- designated construction project shown in the gregate Limit, and not reduce the General Ag- Schedule above: gregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned under the General Aggregate Limit or the and then restarted, or if the authorized contract- Products-completed Operations Aggregate ing parties deviate from plans, blueprints, de- Limit,whichever is applicable; and signs, specifications or timetables, the project will 2. Such payments shall not reduce any Desig- still be deemed to be the same construction pro- nated Construction Project General Aggre- ject. gate Limit. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 ©Insurance Services Office, Inc., 2008 CG 25 03 05 09 0 Contractors Liability Supplemental Coverages And ZURICH Conditions Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. AddT Prem Return Prem. ALA-0136424-06 10/01/2020 10/01/2021 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part NON-OWNED WATERCRAFT SCHEDULE Watercraft Length: feet (If no amount is shown above, 51 feet applies.) A. Non-owned Watercraft Liability Extended Coverage Paragraph (2) of Exclusion 2.g.Aircraft,Auto Or Watercraft under Section I—Coverage A—Bodily Injury And Property Damage Liability is replaced by 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 Insurance applies to this coverage as described in Section III—Limits Of Insurance. 2. The paragraph directly following Paragraph (6) in Exclusion j. of Section I — Coverage A — Bodily Injury 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 Insurance applies to Damage to Premises Rented to You as described in Section III—Limits Of Insurance. 3. Paragraph 6.of Section III—Limits Of Insurance 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(04/13) Page 1 of 6 Includes copyrighted material of Insurance Services Office, Inc.,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.(1) of the Other Insurance Condition under Section IV — 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 II —Who Is An Insured 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 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. 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 III—Limits of Insurance: 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 Insurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph C.shall not increase the applicable Limits of Insurance shown in the Declarations. D. Additional Insured—Managers Or Lessors Of Premises 1. Section II —Who Is 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-1060-E CW(04/13) Page 2 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. b. Will not be broader than that which you are required by the contractor agreement to provide for such additional insured. 2. With respect to the insurance afforded to these additional insureds,the following is added to Section III— Limits of Insurance: 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 Insurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph D.shall not increase the applicable Limits of Insurance shown in the Declarations. E. Additional Insured—State Or Governmental Agency Or subdivision Or Political Subdivision—Permits Or Authorizations 1. Section II—Who Is An Insured 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 III—Limits of Insurance: 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 Insurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph E. shall not increase the applicable Limits of Insurance shown in the Declarations. F. Personal And Advertising Injury Coverage—Assumed Under Contract Or Agreement 1. Exclusion e. of Section I—Coverage B—Personal And Advertising Injury Liability is replaced by the following: 2. Exclusions This insurance does not apply to: e. Contractual Liability "Personal and advertising injury" for which the insured has assumed liability in a contract or agreement. This exclusion does not apply to: (1) 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(04/13) Page 3 of 6 Includes copyrighted material of Insurance Services Office,Inc.,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: (1) 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 — Coverages 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. Insured Contract Amendment Paragraph f. and f.(1) 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: (1) 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 surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (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-1060-E CW(04/13) Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. H. Medical Payments—Increased Reporting Period Paragraph a.of Section I—Coverage 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. I. Broad Bail Bond Coverage Paragraph 1.b. 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 Injury Liability Coverage applies. We do not have to furnish these bonds. J. Amendment—Duties In The Event of Occurrence, Offense, Claim or Suit The following paragraphs are added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV—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. In 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 IV — 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 Injury Redefined The"bodily injury"definition under the Definitions Section is replaced by the following: U-GL-1060-E CW(04/13) Page 5 of 6 Includes copyrighted material of Insurance Services Office, Inc.,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 Coverage Parts/Policies The following is added to Section III—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 affiliated with us apply to the same offense, only the highest available Personal And Advertising Injury 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 IV— 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. "Your work": a. Means: (1) 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 Insured 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-1060-E CW(04/13) Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Coverage Extension E xx(lorsement ZU RICH! Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'l.Prem Return Prem GLA-0136424-06 '10/01/2020 10/01/2021 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II—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.1.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 Insurance shown in the Declarations,whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance—Primary and Excess Insurance Provisions Condition 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 II — 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-CA-424-F CW(04/14) Page 1 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II—Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II—Covered Autos Liability Coverage: 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 III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage 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 Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In 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 Coverage 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 Coverage 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 Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If 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—Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage 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-CA-424-F CW(04/14) Page 2 of 6 Includes copyrighted material of Insurance Services Office, Inc.,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. I. Personal Effects Coverage 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) In 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: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, 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 Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — 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 Coverage Deductible Provision does not apply to such "loss". U-CA-424-F CW(04/14) Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. K. Airbag Coverage The Exclusion in Paragraph 13.3.a. of Section III—Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph 113.4.a. of Section IV— Physical Damage Coverage 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 Coverage Section: If 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. If the deductible on this policy or Coverage Form is the smaller(or smallest)deductible, it will be waived; or 2. If 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—Comprehensive 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 I—Covered Autos: Temporary Substitute Autos—Physical Damage If 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. If 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 In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In 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-CA-424-F CW(04/14) Page 4 of 6 Includes copyrighted material of Insurance 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. Include, 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. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure 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 Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos"you own: (1) 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 Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) 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. Hired Auto—World Wide Coverage 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 Injury 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-CA-424-F CW(04/14) Page 5 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II—Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage—Additional Temporary Transportation Expense Coverage Paragraph AA.a. of Section III— Physical Damage Coverage is replaced by the following: 4. Coverage 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.Coverage of the Physical Damage Coverage Section: In 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 10% 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 Coverage Section: If 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-CA-424-F CW(04/14) Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE 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 agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION. 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 this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 10/01/2020 Policy No WC013642506 Endorsement No Insured Northwest Cascade,Inc. dba Honey Buckets Premium$ Insurance Company Countersigned By WC 00 03 13 (Ed. 4-84) Copyright 1983 National Council on Compensation Insurance COMMERCIAL EXCESS LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. 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 IV—Conditions, 9. Other Insurance 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. NAV-EXC-348 (01/11) Contains copyrighted material of the Page 1 of 1 Insurance Services Office, Inc.with its permission. 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. Information required to complete this Schedule, if not shown above, will be shown in the Declarations, The following is added to SECTION IV-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. NAV-ECD-6012 (01/11) Navigators Specialty Insurance Company Page 1 of 1 Contains copyrighted material of the Insurance Services Office, Inc. with its permission. This page has been left blank intentionally. KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms...................................................... 1-1 1-02 Bid Procedures and Conditions.......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-5 1-05 Control of Work .............................................................. 1-8 1-06 Control of Material .......................................................... 1-15 1-07 Legal Relations and Responsibilities to the Public................. 1-18 1-08 Prosecution and Progress ................................................. 1-24 1-09 Measurement and Payment .............................................. 1-28 1-10 Temporary Traffic Control ................................................ 1-29 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions............................. 2-1 2-03 Roadway Excavation and Embankment .............................. 2-3 2-06 Subgrade Preparation ...................................................... 2-4 2-07 Watering ....................................................................... 2-4 DIVISION 4 BASES.................................................................... 4-1 4-04 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 5-05 Cement Concrete Pavement ............................................. 5-36 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 .............................. 7-4 7-12 Valves for Water Mains .................................................... 7-9 7-17 Sanitary Sewers ............................................................. 7-10 7-18 Side Sewers................................................................... 7-15 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration....................................................... 8-5 8-12 Chain Link Fence and Wire Fence ...................................... 8-10 8-22 Pavement Marking .......................................................... 8-11 8-23 Temporary Pavement Markings......................................... 8-14 8-28 Pothole Utilities .............................................................. 8-14 Skyline Sanitary Sewer Extension/Leyrer August 9, 2021 Project Number: 11-3003 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 9 MATERIALS............................................................ 9-1 9-03 Aggregates .................................................................... 9-1 9-13 Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion and Scour Protection and Rock Walls ...................... 9-3 9-14 Erosion Control and Roadside Planting ............................... 9-3 9-16 Fence and Guardrail ........................................................ 9-8 9-28 Signing Materials and Fabrication ...................................... 9-9 9-29 Illumination, Signal, Electrical........................................... 9-10 9-30 Water Distribution Materials ............................................. 9-19 TRAFFIC CONTROL PLAN ................................................................ A-1 PREVAILING WAGE RATES.............................................................. A-2 CITY OF SEATAC RIGHT-OF-WAY USE PERMIT CONDITIONS .......... A-3 Skyline Sanitary Sewer Extension/Leyrer August 9, 2021 Project Number: 11-3003 KENT SPECIAL PROVISIONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2021 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 Skyline Sanitary Sewer Extension/Leyrer 1 - 1 August 9, 2021 Project Number: 11-3003 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 Skyline Sanitary Sewer Extension/Leyrer 1 - 2 August 9, 2021 Project Number: 11-3003 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 will 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 Skyline Sanitary Sewer Extension/Leyrer 1 - 3 August 9, 2021 Project Number: 11-3003 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: Skyline Sanitary Sewer Extension/Leyrer 1 - 4 August 9, 2021 Project Number: 11-3003 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 Skyline Sanitary Sewer Extension/Leyrer 1 - 5 August 9, 2021 Project Number: 11-3003 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 PA RA GRAPH. 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. Skyline Sanitary Sewer Extension/Leyrer 1 - 6 August 9, 2021 Project Number: 11-3003 SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor's use. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), it is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any 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. Skyline Sanitary Sewer Extension/Leyrer 1 - 7 August 9, 2021 Project Number: 11-3003 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes SECTION 1-05.4 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER PARAGRAPH 7: To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.8, the requirements of KSP Section 1-05.8 will prevail. SECTION 1-05.7IS 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. Skyline Sanitary Sewer Extension/Leyrer 1 - 8 August 9, 2021 Project Number: 11-3003 DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.8 City Provided Construction Staking 1-05.8(1) General As used in this Section 1-05.5, the words, "stake," "mark," "marker," or IN 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 Skyline Sanitary Sewer Extension/Leyrer 1 - 9 August 9, 2021 Project Number: 11-3003 was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.8(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. Skyline Sanitary Sewer Extension/Leyrer 1 - 10 August 9, 2021 Project Number: 11-3003 The City will furnish the following stakes and reference marks: 1. Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50-foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where deemed applicable as determined by the Engineer. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 50-foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline not less than 25-foot stations. 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, Skyline Sanitary Sewer Extension/Leyrer 1 - 11 August 9, 2021 Project Number: 11-3003 junction boxes, and conduits will be provided at an additional expense to the Contractor. When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $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 Skyline Sanitary Sewer Extension/Leyrer 1 - 12 August 9, 2021 Project Number: 11-3003 Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. 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 Skyline Sanitary Sewer Extension/Leyrer 1 - 13 August 9, 2021 Project Number: 11-3003 Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2021 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 Contractor shall coordinate construction activities with the Kent School District's contractor who is constructing the New Valley Elementary School between S 224th Street and S 225th Place. The Contractor shall coordinate construction activities with the Kent School District to provide uninterrupted school bus access to and from New Valley Elementary School throughout this project. The Contractor shall provide 24/7 emergency maintenance access to the existing Skyline sanitary sewer lift station for City crews to access and service the sewer pump station. SECTION 1-05IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power necessary for the performance of the work. Most of the project area is located within the City of SeaTac. The City of Kent will make water necessary for the performance of the work available to the Contractor from the City of Kent water system. All water shall be drawn from City of Kent owned hydrants within Kent city limits. The exact hydrants to be used will be determined by the City at the pre-construction meeting. Skyline Sanitary Sewer Extension/Leyrer 1 - 14 August 9, 2021 Project Number: 11-3003 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. 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. A Contractor provided gate valve shall be installed on the hose side of the hydrant meter with which to control water flow. The Contractor shall use the minimum amount of water required for the performance of the work. The Contractor shall prevent any unauthorized water use. 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, Contractor shall request a meter and one will be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals Skyline Sanitary Sewer Extension/Leyrer 1 - 15 August 9, 2021 Project Number: 11-3003 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. 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. Skyline Sanitary Sewer Extension/Leyrer 1 - 16 August 9, 2021 Project Number: 11-3003 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or Skyline Sanitary Sewer Extension/Leyrer 1 - 17 August 9, 2021 Project Number: 11-3003 required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1-07.2(2) in the proposal bid items. SECTION 1-07.4(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.4(2) COVID-19 Job Site Requirements The Contractor shall comply with all COVID-19 workplace health and safety measures established by the state Department of Labor & Industries or otherwise imposed by the Governor, the state Department of Health, or the Local Health Officer of Seattle-King County Public Health, or subsequent modifications to such health and safety measures as those authorities may issue, including providing all needed personal protective equipment. Skyline Sanitary Sewer Extension/Leyrer 1 - 18 August 9, 2021 Project Number: 11-3003 SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City will obtain the following permits: City of SeaTac Right-of-Way Use Permit (see Appendix A-3 for permit conditions) Temporary Construction Easements for side sewer construction on private property In addition to the City of Kent business license, the Contractor shall also obtain a City of SeaTac business license prior to the Notice to Proceed. 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: 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: Skyline Sanitary Sewer Extension/Leyrer 1 - 19 August 9, 2021 Project Number: 11-3003 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. 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 Skyline Sanitary Sewer Extension/Leyrer 1 - 20 August 9, 2021 Project Number: 11-3003 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 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 Skyline Sanitary Sewer Extension/Leyrer 1 - 21 August 9, 2021 Project Number: 11-3003 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. 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. Skyline Sanitary Sewer Extension/Leyrer 1 - 22 August 9, 2021 Project Number: 11-3003 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 Comcast Gabrielle Skorupa Aaron Cantrell 206-305-4395 206-510-4222 (cell) Aaron CantrelOcomcast.com Highline Water District Puget Sound Energy Gas & Kevin Lord Power 206-396-9901 Patty Miller 206-305-7950 (cell) patty.miller@pse.com Verizon Kent School District Scott Christenson Justin Dennison 425-636-6046 253-373-7442 425-471-1079 (cell) Justin.Dennison@kent.k12.wa.us SECTION 1-07.18 IS REVISED BYADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH; 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1-07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction Skyline Sanitary Sewer Extension/Leyrer 1 - 23 August 9, 2021 Project Number: 11-3003 activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 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. Skyline Sanitary Sewer Extension/Leyrer 1 - 24 August 9, 2021 Project Number: 11-3003 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the 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 Skyline Sanitary Sewer Extension/Leyrer 1 - 25 August 9, 2021 Project Number: 11-3003 allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1. Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(6) 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 Skyline Sanitary Sewer Extension/Leyrer 1 - 26 August 9, 2021 Project Number: 11-3003 meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. 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 Skyline Sanitary Sewer Extension/Leyrer 1 - 27 August 9, 2021 Project Number: 11-3003 protest will be allowed later than the date of the Contractor's signature on the Final Pay Estimate. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provided in Section 1-09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 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: Skyline Sanitary Sewer Extension/Leyrer 1 - 28 August 9, 2021 Project Number: 11-3003 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING; 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 Skyline Sanitary Sewer Extension/Leyrer 1 - 29 August 9, 2021 Project Number: 11-3003 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 1-10.3 Traffic Control Labor, Procedures, and Devices 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, 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)6, 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. Skyline Sanitary Sewer Extension/Leyrer 1 - 30 August 9, 2021 Project Number: 11-3003 The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor." The unit bid price per hour for "Uniformed Off-Duty Police Officer" will be complete compensation for the utilization of a uniformed off-duty Police Officer for traffic control purposes. This bid item includes all the equipment, and vehicle needed for the police officer to perform his duties. Cost is per hour for each hour an Officer is on the project with a minimum call-out time of three hours. The Contracting Agency (City of Kent) has set the unit price for "Uniformed Off-Duty Police Officer" at eighty dollars ($80.00) per hour minimum. Should the Contractor determine that the cost for this work is greater than the minimum price shown in the bid form, the Contractor may bid a higher price. Should the Contractor write in a unit price less than the minimum price shown in the bid form, the minimum unit price shown in the bid form shall govern and become part of the bid. No adjustment will be made for overtime hours or holidays. The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Skyline Sanitary Sewer Extension/Leyrer 1 - 31 August 9, 2021 Project Number: 11-3003 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. Skyline Sanitary Sewer Extension/Leyrer 1 - 32 August 9, 2021 Project Number: 11-3003 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.3 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: Skyline Sanitary Sewer Extension/Leyrer 2 - 1 August 9, 2021 Project Number: 11-3003 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: 8 100 SY x 6 = 133 SY No other compensation shall be allowed. The unit contract price per square yard for "Remove Existing Cement Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing concrete pavement from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the concrete pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: actual depth in inches Skyline Sanitary Sewer Extension/Leyrer 2 - 2 August 9, 2021 Project Number: 11-3003 (square yards) x 6 inches = quantity For example, if the Contractor encounters pavement to be removed which is 8 inches thick and 100 square yards then the quantity would be: 8 100 SY x 6 = 133 SY No other compensation shall be allowed. "Saw Cut Existing Asphalt Concrete Pavement" "Saw Cut Existing Cement Concrete Pavement" The unit price contract price per lineal foot for the above items constitutes complete compensation for all materials, labor and 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: 8 100 LF 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: 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. Skyline Sanitary Sewer Extension/Leyrer 2 - 3 August 9, 2021 Project Number: 11-3003 SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. 2-06 SUBGRADE PREPARATION 2-06.3 Construction Requirements SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 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 of Kent 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 Skyline Sanitary Sewer Extension/Leyrer 2 - 4 August 9, 2021 Project Number: 11-3003 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. Skyline Sanitary Sewer Extension/Leyrer 2 - 5 August 9, 2021 Project Number: 11-3003 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 "Crushed Surfacing Top Course, 5/8 Inch Minus" "Crushed Surfacing Base Course, 1-1/4 Inch Minus" The unit contract price per ton for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Skyline Sanitary Sewer Extension/Leyrer 4 - 1 August 9, 2021 Project Number: 11-3003 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 Skyline Sanitary Sewer Extension/Leyrer 5 - 1 August 9, 2021 Project Number: 11-3003 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. Skyline Sanitary Sewer Extension/Leyrer 5 - 2 August 9, 2021 Project Number: 11-3003 • Develop a mix design that complies with Sections 9-03.8(2) and 9- 03.8(6). • Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. • Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including WSDOT Form 350-042. • Include representative samples of the materials that are to be used in the HMA production as part of the mix design submittal. • Identify the brand, type, and percentage of anti-stripping additive in the mix design submittal. • Include with the mix design submittal a certification from the asphalt binder supplier that the anti-stripping additive is compatible with the crude source and the formulation of asphalt binder proposed for use in the mix design. • Do not include warm mix asphalt (WMA) additives when developing a mix design or submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives is not part of the process for obtaining approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. The Contracting Agency's basis for approving, testing, and evaluating HMA mix designs for approval on the QPL is dependent on the contractual basis for acceptance of the HMA mixture, as shown in Table 1. Table 1 Basis for Contracting Agency Evaluation of HMA Mix Designs for Approval on the QPL Contractual Basis for Basis for Contracting Contracting Agency Acceptance of HMA Agency Approval of Materials Testing for Mixture Mix Design for Evaluation of the Mix [see Section Placement on QPL Design 5-04.3 9 Statistical Evaluation WSDOT Standard The Contracting Agency will Practice QC-8 test the mix design materials for compliance with Sections 9-03.8 2 and 9-03.8 6 . Visual Evaluation Review of Form 350-042 The Contracting Agency may for compliance with elect to test the mix design Sections 9-03.8(2) and materials, or evaluate in 9-03.8(6) accordance with WSDOT Standard Practice QC-8, at its sole discretion. If the Contracting Agency approves the mix design, it will be listed on the QPL for 12 consecutive months. The Contracting Agency may extend the 12 month listing provided the Contractor submits a certification letter to the Qualified Products Engineer verifying that the aggregate source and job mix formula (JMF) gradation, and asphalt binder crude source and formulation have not changed. The Contractor may submit the certification no sooner than three months prior to expiration of the initial 12 month mix design approval. Within 7 calendar days of receipt of the Contractor's certification, the Skyline Sanitary Sewer Extension/Leyrer 5 - 3 August 9, 2021 Project Number: 11-3003 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). Skyline Sanitary Sewer Extension/Leyrer 5 - 4 August 9, 2021 Project Number: 11-3003 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 Wearing Course Other Courses (Feet) Less than 0.10 55-F 45-F 0.10 to 0.20 45-F 35-F More than 0.20 35-F 35-F Skyline Sanitary Sewer Extension/Leyrer 5 - 5 August 9, 2021 Project Number: 11-3003 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 Skyline Sanitary Sewer Extension/Leyrer 5 - 6 August 9, 2021 Project Number: 11-3003 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 451F 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. Skyline Sanitary Sewer Extension/Leyrer 5 - 7 August 9, 2021 Project Number: 11-3003 The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer's recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. Acopy of the manufacturer's recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle 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 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 Skyline Sanitary Sewer Extension/Leyrer 5 - 8 August 9, 2021 Project Number: 11-3003 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. 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 Skyline Sanitary Sewer Extension/Leyrer 5 - 9 August 9, 2021 Project Number: 11-3003 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 1/4 inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Skyline Sanitary Sewer Extension/Leyrer 5 - 10 August 9, 2021 Project Number: 11-3003 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 1/4 inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width - fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer's recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product information and recommendations to the Engineer prior to the start of work, including the manufacturer's recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving 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: a. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant. b. Cracks greater than 1 inch in width - fill with sand slurry. Skyline Sanitary Sewer Extension/Leyrer 5 - 11 August 9, 2021 Project Number: 11-3003 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 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 Skyline Sanitary Sewer Extension/Leyrer 5 - 12 August 9, 2021 Project Number: 11-3003 the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 250F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1" wearing course/final lift 0.17 feet other courses 0.35 feet HMA Class 3/4" and HMA Class '/2" wearing course/final lift 0.17 feet other courses 0.25 feet HMA Class 3/s" 0.17 feet Skyline Sanitary Sewer Extension/Leyrer 5 - 13 August 9, 2021 Project Number: 11-3003 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 IMF is being utilized to produce HMA, the material produced for each IMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one IMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single IMF established for the class of HMA specified unless there is a need to make an adjustment in the IMF. 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 IMF for the class of HMA. The Contractor may request a change in the IMF. Any adjustments to the IMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances - The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved IMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section Skyline Sanitary Sewer Extension/Leyrer 5 - 14 August 9, 2021 Project Number: 11-3003 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 IMF. Aggregate Percent Passing Non-Statistical Commercial Evaluation Evaluation 1", 3/4", 1/2", and 3/8" sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments - An adjustment to the aggregate gradation or asphalt binder content of the IMF requires approval of the Engineer. Adjustments to the IMF 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 11/2", 1", 3/4", 1/2", 3/s", and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content - The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)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. Skyline Sanitary Sewer Extension/Leyrer 5 - 15 August 9, 2021 Project Number: 11-3003 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 IMF 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. • 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. Skyline Sanitary Sewer Extension/Leyrer 5 - 16 August 9, 2021 Project Number: 11-3003 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: 11/2", 1", 3/4", 1/2", 3/8" and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation — Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor(CPF). Skyline Sanitary Sewer Extension/Leyrer 5 - 17 August 9, 2021 Project Number: 11-3003 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). 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 Skyline Sanitary Sewer Extension/Leyrer 5 - 18 August 9, 2021 Project Number: 11-3003 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. 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. Skyline Sanitary Sewer Extension/Leyrer 5 - 19 August 9, 2021 Project Number: 11-3003 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 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. Skyline Sanitary Sewer Extension/Leyrer 5 - 20 August 9, 2021 Project Number: 11-3003 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 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 Skyline Sanitary Sewer Extension/Leyrer 5 - 21 August 9, 2021 Project Number: 11-3003 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 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 Skyline Sanitary Sewer Extension/Leyrer 5 - 22 August 9, 2021 Project Number: 11-3003 statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PH for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. Skyline Sanitary Sewer Extension/Leyrer 5 - 23 August 9, 2021 Project Number: 11-3003 The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than 1/2 of the compacted lift thickness and then taper down on a slope not steeper than 4H: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: 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 1/8 inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the Skyline Sanitary Sewer Extension/Leyrer 5 - 24 August 9, 2021 Project Number: 11-3003 completed surface of the wearing course shall vary not more than 1/4 inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become 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. 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. Skyline Sanitary Sewer Extension/Leyrer 5 - 25 August 9, 2021 Project Number: 11-3003 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. 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 Skyline Sanitary Sewer Extension/Leyrer 5 - 26 August 9, 2021 Project Number: 11-3003 S-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. S-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 Skyline Sanitary Sewer Extension/Leyrer 5 - 27 August 9, 2021 Project Number: 11-3003 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. 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 Skyline Sanitary Sewer Extension/Leyrer 5 - 28 August 9, 2021 Project Number: 11-3003 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. 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 IMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one IMF is being placed at the time, and how pavers and MTVs are Skyline Sanitary Sewer Extension/Leyrer 5 - 29 August 9, 2021 Project Number: 11-3003 cleaned so that one IMF does not adversely influence the other IMF. 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. 5-04.3(17) Pavement Reinforcement The Contractor shall install the asphalt interlay fabric at the locations and to the dimensions shown on the Plans and as directed by the Engineer. The interlay fabric shall be placed on existing asphalt or concrete pavement to be overlaid with HMA mix specified in the contract. CONSTRUCTION REQUIREMENTS All equipment, tools, and machines used in the performance of the work shall be subject to the approval of the Engineer and shall be maintained in satisfactory working condition at all times. Equipment for surface cleaning shall be capable of effectively removing oil, grease, dust, dirt or other objectionable materials from the pavement. Application equipment shall consist of suitable brooms, distributor, and laydown machine as required. The distributor shall have a capacity of not less than 1,000 gallons and shall be so designed, equipped, maintained and operated that asphalt material of an even heat shall be uniformly applied at the required rate. It shall be insulated and equipped with an adequate heating device. It shall be equipped with a 10-foot spray bar with extensions, pressure pump and gauge, with a volume gauge so located as to be observed easily by the inspector from the ground, a tachometer to control accurately the speed and spread of asphalt, and two thermometers, one to be installed permanently in the tank to indicate temperature of the asphalt at all times. The power for operating the pressure pump shall be supplied by an independent power unit which will develop a minimum of 25 pounds per square inch pressure at the spray bar. Skyline Sanitary Sewer Extension/Leyrer 5 - 30 August 9, 2021 Project Number: 11-3003 The laydown machine shall consist of a small tractor with attachment for the fabric installation. Bucket loaders or backhoes are not permitted for installation. The Contractor shall not begin application of the interlay fabric until he has demonstrated, to the satisfaction of the Engineer, that all labor, equipment, and materials necessary to apply the interlay fabric are either on hand or readily available. MATERIALS The approved products are: 1. TenCate Mirafi MPM30 (PGM-30) 2. Tensar GlasPave 25 3. Roadmat RM35 The material properties of the asphalt interlay fabric shall conform to all design and nominal performance standards of TenCate Mirafi MPM30 (PGM-30), Tensar GlasPave 25, Roadmat RM35 or the properties listed below in Table 2.01. Submittals shall include independent confirmation of the material properties. Table 2.01 - Physical Properties of the asphalt int rlay fabric Property ASTM Test Units Min. Avg. Method Roll Value Tensile Strength @ 00 200 Tensile Strength @ 900 D5035 Ibs/in 200 Tensile Elongation % < 5.0 Melting Point lass D276 OF °C 4500 2320 Asphalt Retention D6140 al/ d2 0.10 Mass per Unit Area D5261 oz/yd2 4.0 STORAGE The paving interlayer rolls shall be labeled, with a durable label indicating manufacturer, product name or style number, roll and lot number, and roll dimensions shall be attached to each roll. The paving interlayer rolls shall be delivered and handled in a manner to prevent damage and shall be inspected for defects and damage prior to use. The paving interlayer shall be stored in a dry covered condition, free from dust, dirt, off the ground, flat to prevent bowing, protected from precipitation, ultraviolet radiation, strong chemicals, sparks and flames, temperatures in excess 71 °C (160 IF) and other environmental condition that could cause damage. WEATHER AND MOISTURE LIMITATIONS Work shall not be done during wet weather conditions nor when the pavement and ambient air temperatures are below 50°F. The pavement shall be surface-dry at the time of the application of the asphalt. Skyline Sanitary Sewer Extension/Leyrer 5 - 31 August 9, 2021 Project Number: 11-3003 SURFACE PREPARATION All areas of base failure shall be removed and replaced to acceptable industry standards for the specific traffic loads and condition of the project. Pre-Leveling, if necessary, shall be done prior to placing paving interlayer. The pavement surface shall be free of all foreign materials such as dirt, grease, etc. Prior to applying the asphalt, all dust and loose material shall be removed from the pavement surface with compressed air. Existing cracks shall be filled as specified elsewhere under "Crack Sealing." In an overlay or milled surface application, repair all failed pavement areas prior to installation of the paving interlayer. Fill all cracks 1/4" or greater with approved material. Immediately prior to placement of paving interlayer, the pavement surface shall be dry, cleaned of anything that would interfere with adhesion, for e.g., vegetation, moss, dirt, gravel or water. A leveling or "scratch" course is recommended when road surface is not acceptable and shall be of proper gradation and sufficient thickness to achieve a smooth, level surface with no gaps greater than 1/4" depth and width or be acceptable to the project engineer. A finish grind may be used as an alternative to an asphalt leveling course being placed, when you can achieve the final surface texture has no cracks, gaps or vertical angles greater the 1/4" depth and width or be acceptable to the project engineer. In all cases the surface must be clean and dry and the application rate of the Hot PG grade asphalt binder shall be increased to insure complete interlayer saturation and bonding. INSTALLATION A. Apply the asphalt interlay fabric in a hot PG graded asphalt binder. Asphalt Emulsion is NOT acceptable for placing paving interlayer due to time delay for it to break and the difficulty in insuring quality as installed. B. Asphalt Binder 1. A hot asphalt binder shall be applied to saturate the paving interlayer (min. to be the asphalt retention rate) plus amount needed to bond to existing surface and the new overlay. The asphalt binder to be used shall be PG58H -22 (PG64 -22) or higher. Sustained ambient temperatures (above 900) may require a stiffer binder gradation like PG58V -22 (PG70 -22) or higher to improve set time and reduce risk of fabric pick-up under construction traffic. 2. The hot asphalt binder shall be applied per the paving interlayer manufacturer or as directed by the Engineer. For TenCate Mirafi MPM30 the hot asphalt binder shall be applied at a rate of 0.10 Gal/SY on a new HMA leveling surface. On an Skyline Sanitary Sewer Extension/Leyrer 5 - 32 August 9, 2021 Project Number: 11-3003 old smooth surface or a clean fine milled surface apply hot asphalt binder shall be applied at a rate of 0.12 Gal/SY. For Tensar GlasPave 25 the hot asphalt binder shall be applied at a rate of 0.15 Gal/SY on a new pavement surface, 0.17 Gal/SY on an aged oxidized surface, and a rate of 0.2 Gal/SY on a milled surface. 3. Spray application shall extend four (4) inches wider than width of paving interlayer on lap side. Hot asphalt binder application shall be wide enough to cover the entire width of engineered paving mat material overlaps. The hot asphalt binder shall be applied only as far in advance of the engineered paving mat material installation as is appropriate to ensure a tacky surface at the time of the engineered paving mat material placement. Traffic shall not be allowed on the hot asphalt binder. 4. The hot asphalt binder shall be applied by a distributor truck in a smooth uniform manner at as low a temperature as is possible to achieve the right application rate, depending on ambient and road surface temperatures and type of PG asphalt binder used. Temperature of the hot asphalt binder shall be sufficiently high enough to permit uniform spray pattern and shall be between 3500 F and 4000 F. The air temperature shall be 500 F and rising for placement of the hot asphalt binder coat. C. The paving interlayer shall be installed with equipment in good working order that is capable of installing the fabric without wrinkles or manually as needed and recommended by manufacturer. 1. Initial alignment of the interlay fabric is very important, since the fabric direction cannot be changed appreciably without causing wrinkles. If the alignment of the interlay fabric must be changed, the fabric shall be cut and realigned, overlapping the previous material and proceeding as before. 2. If manual lay-down methods are used, the paving fabric shall be unrolled, aligned, and placed in increments of approximately thirty (30) feet or as project engineer suggest. 3. The material shall be placed flat and wrinkle-free. The paving interlayer installation may require hand brooming as necessary to eliminate ripples that may occur during installation. 4. Brooming or squeegee of paving interlayer is required to insure adequate adhesion into the hot asphalt binder before the hot asphalt binder has cooled and lost tackiness. If the interlayer wrinkles more than 1" height during installation, the wrinkle shall be cut and lapped in the direction of paving. In these repaired areas, additional hot asphalt binder shall be Skyline Sanitary Sewer Extension/Leyrer 5 - 33 August 9, 2021 Project Number: 11-3003 applied as needed to achieve a sound bond to the substrate. Damaged engineered paving mat shall be removed and replaced, per the manufacturer's recommendations, at the contractor's expense with the same type of material. 5. To ease installations around curves, the paving fabric can be placed in shortened lengths by mechanical equipment or by hand. 6. Paving interlayer shall be lapped two (2) to four (4) inches longitudinally and two (2) to four (4) inches transversely. Transverse laps shall be in the direction of the asphalt concrete overlay placement insuring hot asphalt binder is placed under the overlap. The interlay fabric shall be neatly cut and contoured at all joints. 7. Excess hot asphalt binder that bleeds through the engineered paving mat under normal construction traffic shall be countered by broadcasting clean sand or hot mix to create a bond break between the excess hot asphalt binder and the construction equipment tires. Excess blotting sand shall be removed from the interlayer prior to placing the HMA overlay. No other material, such as asphalt release agents or diesel, shall be used for this purpose. 8. No traffic, except necessary construction traffic or emergency vehicles, shall be driven on the engineered paving mat, unless approved by the engineer. If traffic on the interlayer is approved by the engineer, clean sand shall be lightly broadcasted over the engineered paving mat interlayer, and any loose sand shall be removed prior to paving. 9. Turning of construction equipment and other vehicles shall be gradual and kept to a minimum to avoid damage to the paving interlayer. Caution: Parking on the installed paving fabric prior to final overlay for extended periods could cause damage to the interlayer. 10. Placement of the first lift of the HMA overlay shall closely follow placement of the engineered paving mat. All areas in which the engineered paving mat has been placed shall be paved during the same day, unless approved otherwise by the engineer. In the event of rainfall on the engineered paving mat prior to the placement of the first HMA overlay lift, the engineered paving mat shall be allowed to dry before the HMA is placed. The compacted thickness of the first lift of the HMA overlay on the engineered paving mat shall not be less than 1.5 inches, and the temperature of the mix at placement shall not exceed the engineered paving mat melting point temperature. Where the total HMA overlay thickness is less than 1.5 inches, engineered paving mat shall not be placed. NOTE: Minimum lift thickness should be at least 3 times the nominal maximum aggregate size to ensure aggregate can Skyline Sanitary Sewer Extension/Leyrer 5 - 34 August 9, 2021 Project Number: 11-3003 align themselves during compaction to achieve required density and also to ensure mix is impermeable. 11. Paving interlayer should never be installed when it or the pavement surface is wet. 12. The Contractor shall not place more interlay fabric on the roadway than can be overlaid the same day with Hot Mix Asphalt. No fabric, except that which is required for normal lapped joints, shall be exposed to traffic. 13. In the event of breakdown of the paving operation, the interlay fabric which has not been overlaid shall be dusted with sand to break the tackiness of the sealant so traffic does not pick up the fabric. The application rate shall uniformly dust the roadway as approved by the Engineer. More than one application of sand may be required. Before placing the asphalt concrete, the fabric surface shall be broomed to remove the excess sand as directed by the Engineer. The sand shall meet the graduation requirements of the Section 9-03.1(2)B of the WSDOT Standard Specifications. WORKMANSHIP AND QUALITY CONTROL A Technical Representative for the manufacturer of the paving interlayer shall be on the project to work with the Contractor's personnel and to provide the necessary technical assistance to ensure the satisfactory placement of the interlay fabric and HMA overlay. The representative shall not leave the project until the Engineer is satisfied that the Contractor has a full understanding of what is required to place the interlay fabric satisfactorily. The installing contractor shall give sufficient notice of planned work schedule such that proper inspection of workmanship is accomplished. 1. Daily, the Contractor shall certify that interlayer was installed per plans and specifications and confirm, by weight tickets and measuring asphalt used, that the hot asphalt binder usage equates to the specified amount for proper interlayer saturation and bonding. 2. Hot asphalt binder application rate shall not be reduced without the Engineer's approval. 3. Certification of compliance from the binder supplier shall be provided for each load of hot asphalt binder delivered to the jobsite, showing the type and quality of material delivered. 4. The Contractor shall provide satisfactory confirmation to the Engineer, for each Street Section, showing the total quantity of asphalt binder installed, at the proper application rate as published by the manufacturer. 5-04.4 Measurement Skyline Sanitary Sewer Extension/Leyrer 5 - 35 August 9, 2021 Project Number: 11-3003 "HMA Class 1/2" PG 58V-22" and "HMA Class 1/2" PG 58V-22 for Temporary Pavement Patch" will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. Planing bituminous pavement will be measured by the square yard. Measurement shall be made upon actual square yards planed/grind, regardless of the full planing capacity of the equipment used. 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 longitudinal joint seals between the HMA and cement concrete pavement, anti-stripping additive and water shall be included in this bid item. The unit contract price per ton for "HMA Class 1/2" PG 58V-22 for Temporary Pavement Patch" constitutes complete compensation to furnish all labor, materials, tools, supplies, and equipment necessary to provide and install a temporary HMA pavement patch for trenching within the roadway area prior to end of work shift. The cost for removing and disposing the temporary pavement patch shall be included in this bid item. The unit contract price per square yard for "Planing Bituminous Pavement" shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). The unit contract price per square yards shall also include all costs incurred to stockpile or dispose of the bituminous pavement as specified on the plans or as directed by the Engineer. No additional cost compensation shall be made for cold mix material to provide a temporary transition from planed areas to existing pavement. 5-05 CEMENT CONCRETE PAVEMENT SECTION 5-05.5 IS DELETED AND REPLACED WITH THE FOLLOWING; 5-05.5 Payment The unit contract price per cubic yard for "Cement Concrete Pavement - Including Dowels" shall include furnishing and installing epoxy coated dowel bars and tie bars, including dowel bars and tie bars drilled into cement concrete pavement. Skyline Sanitary Sewer Extension/Leyrer 5 - 36 August 9, 2021 Project Number: 11-3003 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 All manholes and catch basins shall be precast concrete units and shall conform to Kent Standard Plans 4-1, 4-2, 5-1 and 5-2 unless specified otherwise. Minimum height for Type 1-48 inch, 54 inch, and 60 inch manholes shall be 5 feet. Manholes under 5 feet in height shall conform to Kent Standard Plan 4-2. All manholes and Type II and III CB structures shall be equipped with the drop rung type manhole steps and ladders in accordance with Kent Standard Plan 4-5. The ladder shall be secured from top to bottom, inside the structure wall. No 4 foot hanging ladder sections are allowed. The sanitary sewer manholes shall be fully channeled to conform to the inside diameter of the sewer line from invert to spring line, then the channel shall be vertical to the top of the pipe. The top edge of the channel shall have a radius of 1/2 to 3/4 inch. The shelves shall slope at 2 percent to the top of the channel. All manhole section joints and pick holes shall be filled with grout and smooth finished outside and inside after installation. All manhole penetrations, lifting holes, barrel joints (interior or exterior), risers, frames, and any other location determined by the Engineer, shall be sealed to prevent infiltration. The Contractor shall submit proposed sealing product literature to the Engineer for acceptance, prior to use. Manhole frame and covers shall be cast gray or ductile iron and shall comply with the following Kent Standard Plans as applicable: 4-3 Standard Manhole Frame and Locking Cover Catch basin grates and solid covers shall be ductile iron and of the locking type unless indicated otherwise on the plans and shall be in accordance with Kent Standard Plans 5-4 through 5-16 as applicable. Miscellaneous catch basin details shall be in accordance with Kent Standard Plan 5-3. Care must be taken to insure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. Skyline Sanitary Sewer Extension/Leyrer 7 - 1 August 9, 2021 Project Number: 11-3003 PVC pipe adaptors shall be KOR-IN-SEAL type flex joints or sand collars or other materials as approved by the Engineer to permit slight differential movement. All pipe materials other than the above shall be mudded directly into the manholes and catch basins using a smooth forty five (45) degree bevel from the pipe to the structure meeting ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. Block lettering is required on the top surfaces of storm drain castings, and shall read as follows: '"OUTFALL TO STREAM, DUMP NO POLLUTANTS" SECTION 7-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade All construction in performing adjustments of existing or new utilities shall conform to the WSDOT Standard Specifications, Standard Plans, Kent Standard Plans and the Kent Special Provisions. Locating all new and existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility 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 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 Skyline Sanitary Sewer Extension/Leyrer 7 - 2 August 9, 2021 Project Number: 11-3003 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 cementitious materials only. Wood, plastic, iron, aluminum, bituminous or similar materials are prohibited. On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(3) Connections to Existing Manholes It shall be the Contractor's sole responsibility to protect the existing sewer system from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-05.3(5) Manhole Installation on Existing Sewer The manhole will be placed on and channeled for the existing lines in their existing location. It shall be the Contractor's sole responsibility to protect the existing sewer from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. Skyline Sanitary Sewer Extension/Leyrer 7 - 3 August 9, 2021 Project Number: 11-3003 SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 7-05.5 Payment The unit contract price per each for "Manhole Under 12 Feet, Type 1 48 Inch Diameter" constitutes complete compensation to furnish all labor, materials, tools, supplies, and equipment necessary to provide and install the sanitary sewer manhole to final finished grade as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, dewatering, installing the manhole, connecting new or existing pipes, backfilling, compacting, and surface restoration. The unit contract price per each for "Locking Manhole Frame and Cover" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. "Adjust Existing Manhole Cover to Finished Grade" "Adjust Existing Catch Basin Grate or Curb Inlet Grate to Finished Grade" The unit contract price per each for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and installing City provided storm drain markers. Adjusting the grade by adding or removing risers, grade rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. 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. Skyline Sanitary Sewer Extension/Leyrer 7 - 4 August 9, 2021 Project Number: 11-3003 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 Culvert Pipe .................................... 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 If well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the Contractor shall be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in an approved gradual manner. The Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. In the event of damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from its dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. Skyline Sanitary Sewer Extension/Leyrer 7 - 5 August 9, 2021 Project Number: 11-3003 Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. 1. Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the WSDOT Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I or II meeting the requirements of Section 9-03.17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)C Bedding the Pipe Bedding shall be placed in accordance with Standard Plan B-55.20-00. Bedding material shall be in accordance with Section 9-03.12(3) of the Kent Special Provisions. Pipe bedding material and trench backfill material shall be Crushed Surfacing Top Course, 5/8 Inch Minus. Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557. Skyline Sanitary Sewer Extension/Leyrer 7 - 6 August 9, 2021 Project Number: 11-3003 The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)B Pipe Laying - General At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)G Jointing of Dissimilar Pipe Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). SECTION 7-08.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)H Sewer Line Connections Where indicated on the plans or where directed by the Engineer, connections shall be made to the existing storm drain/sewer systems by the Contractor in accordance with applicable portions of the WSDOT Standard Specifications and Kent Special Provisions in a workmanlike manner satisfactory to the Engineer. SECTION 7-08.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(2)J Pipe Laying - PVC Skyline Sanitary Sewer Extension/Leyrer 7 - 7 August 9, 2021 Project Number: 11-3003 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 Unless otherwise shown on the plans, street restoration shall be in accordance with the following requirements: Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4 inches crushed surfacing base course. In all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 inches greater than the existing section. Where cuts have been made in cement concrete pavement, the Contractor shall reconstruct the trench area with a 6 inch thick cement concrete patch placed on a 6 inch thickness of crushed surfacing top course. In all cases, the cement concrete and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Skyline Sanitary Sewer Extension/Leyrer 7 - 8 August 9, 2021 Project Number: 11-3003 Where there is an existing asphalt overlay over cement concrete pavement, the cement concrete shall be patched to original grade as above and then overlaid with an asphalt concrete patch to existing grade. All gravel shoulders shall be restored to their original condition and shape. The Contractor shall spread a 2 inch thick layer of crushed surfacing on the shoulder. The shoulder shall be finished with a grader after backfilling and compacting and before spreading the crushed surfacing. Permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-08.4 Measurement Gravel backfill for foundation and gravel backfill for pipe zone bedding shall be measured by the ton, including haul. SECTION 7-08.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.5 Payment The unit contract price per ton for "Foundation Material, Class I and II" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place foundation material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. 7-12 VALVES FOR WATER MAINS SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.3 Construction Requirements All valves shall have valve boxes installed with the cover lugs parallel to the direction of water flow. 7-12.3(3) Adjusting Valve Boxes to Grade On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or Skyline Sanitary Sewer Extension/Leyrer 7 - 9 August 9, 2021 Project Number: 11-3003 installed until the pavement is completed. The center of each structure shall be relocated from previously referenced measurements, established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Adjust Existing Valve Box Top Section and Lid to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the valve box top to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Any adjustments made prior to the final finished elevation shall be considered incidental to this bid item. Reference Kent Standard Plan 3-7. 7-17 SANITARY SEWERS SECTION 7-17.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.2 Materials All sewer pipe for this project shall be solid wall PVC (Polyvinyl Chloride), SDR 35, conforming to Section 9-05.12(1) of the WSDOT Standard Specifications. All sewer pipe fittings shall be of the same materials as the pipe. 7-17.3 Construction Requirements SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(1) Protection of Existing Sewerage Facilities The Contractor shall have the sole responsibility for providing and maintaining an adequate sewage bypass system through the project for the duration of the sanitary sewer construction. The adequacy of the Skyline Sanitary Sewer Extension/Leyrer 7 - 10 August 9, 2021 Project Number: 11-3003 bypass system shall be determined by the Engineer and corrected by the Contractor as directed by the Engineer. The connection between the new sewers and the existing sewer mains shall be plugged and tied off to the top manhole step and left in place until the new piping and the plugged manhole have been cleaned, pressure tested, TV camera inspected, and ready for City Council acceptance. 7-17.3(2) Cleaning and Testing SECTION 7-17.3(2)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(2)A General All sewer pipe shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe during construction by jet cleaning or flush and pigging as approved by the City. The Contractor shall be responsible to insure that material flushed from sewers are trapped, and do not enter the downstream system. The City shall approve the Contractors method prior to cleaning sanitary sewer mains. The rate of flushing shall be such that the flow will not overload the downstream sewers. The flushing of a sewer main tributary to a lift station shall be coordinated with the Operations Division to insure that the lift station is not overloaded. City water used for cleaning sewer lines is not metered, but shall pass through an approved double check valve assembly. SECTION 7-17.3(2)F IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(2)F Low Pressure Air Test for Sanitary Sewers Constructed of Non Air Permeable Materials All testing shall be verified by the City Inspector. All sewer mains and appurtenances shall be air pressure tested for leakage in accordance with Section 7-17 of the WSDOT Standard Specifications as modified by the following: Procedure for Air Testing Sanitary Sewer Lines For PVC and Ductile Iron Pipe - The Contractor shall furnish all facilities and personnel for conducting the test under the observation of the Engineer. The equipment and personnel shall be subject to the approval of the Engineer. The Contractor may desire to make an air test prior to backfilling for its own purposes. However, the acceptance air test shall be made after backfilling has been completed and compacted. Skyline Sanitary Sewer Extension/Leyrer 7 - 11 August 9, 2021 Project Number: 11-3003 All wyes, tees, or ends of side sewer stubs shall be plugged with flexible-joint caps, or acceptable alternates, securely fastened to withstand the internal test pressures. Such plugs or caps shall be readily removable, and their removal shall provide a socket suitable for making a flexible-jointed lateral connection or extension. Immediately following pipe cleaning, the pipe installation shall be tested with low-pressure air. Air shall be slowly supplied to the plugged pipe installation until the internal air pressure reaches 4.0 pounds per square inch greater than the average back pressure of any ground water that may submerge the pipe. At least two minutes shall be allowed for temperature stabilization before proceeding further. Then, disconnect the air supply and wait until the pressure drops to 3.5 psig greater than the average back pressure of groundwater. The pressure shall be held to the time indicated on the attached tables. Groundwater Pressure p = 0.4332 (z) z = Distance between groundwater surface and centerline of pipe in feet. p = Average back pressure of groundwater above the centerline of the pipe in psi. If the pipe installation fails to meet these requirements, the Contractor shall determine at its own expense the source or sources of leakage, and he shall repair (if the extent and type of repairs proposed by the Contractor appear reasonable to the Engineer) or replace all defective materials or workmanship. The completed pipe installation shall meet the requirements of this test before being considered acceptable. Caution - When air testing adequate bracing is required to hold plugs in place to prevent the sudden release of compressed air. A pressure of 4 psig against an 8-inch plug will cause a force of approximately 200 lbs.; against a 12-inch plug, 450 lbs. The compressed air acts as a spring_ Proper precaution must be taken to prevent this force from propelling the plug from the pipe like a bullet. For systems where groundwater is negligible, at the inspector's discretion, pressure shall be maintained at 4.0 psig with no drop at the time indicated on the attached graphs. Skyline Sanitary Sewer Extension/Leyrer 7 - 12 August 9, 2021 Project Number: 11-3003 LENGTH OF 6 INCH PIPE (FEET) 0 50 100 1 150 1 200 250 1 300 350 400 U 0 0 40 80 118 158 198 238 278 316 U z 50 70 110 150 190 228 268 308 348 356 00 LU 100 140 180 220 260 300 338 374 372 368 C LU 150 212 250 290 330 370 390 386 382 378 = W 200 282 322 360 400 404 398 394 390 386 P 250 352 392 428 418 410 404 400 396 392 Z a 300 422 440 430 422 416 410 404 400 396 LU 350 454 442 434 426 420 414 410 404 402 400 454 —4441 436 428 1 422 1 418 412 408 404 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) = 0 50 100 150 200 250 300 350 400 U 0 0 40 80 118 158 198 238 278 316 50 110 150 190 228 268 308 348 384 380 C w 100 220 260 300 338 378 418 420 414 406 74 w LU 150 330 370 410 448 466 454 444 434 428 W 200 440 480 514 496 482 470 460 450 444 250 550 542 522 506 494 482 472 464 456 a 300 566 544 528 514 502 492 482 474 466 LU 350 566 548 534 520 508 494 490 482 474 J 400 566 550 538 526 514 504 496 488 482 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) = 0 50 100 150 200 250 300 350 400 U 0 0 40 80 118 158 198 238 278 316 50 158 198 238 278 316 356 396 416 408 w 100 316 356 396 436 476 492 476 464 454 U. U. 150 476 514 554 566 544 526 510 496 486 C w 200 634 642 612 584 566 550 534 522 510 250 680 650 624 602 582 566 552 540 528 C7 a 300 880 654 632 612 596 580 566 554 544 w 350 680 658 638 620 604 590 578 566 556 J 400 680 660 642 626 612 600 588 576 566 Time in seconds required for decompression from 3.5 psig to 3.0 psig. Skyline Sanitary Sewer Extension/Leyrer 7 - 13 August 9, 2021 Project Number: 11-3003 LENGTH OF 6 INCH PIPE (FEET) = 0 50 100 150 200 250 300 350 1 400 Z 0 0 40 80 118 158 198 238 278 316 50 248 288 326 376 406 446 486 476 462 Ln uw 100 496 534 574 614 624 596 572 552 530 74 LL LL 150 742 782 742 704 672 646 624 604 586 w 200 850 804 766 732 704 680 658 640 624 250 850 812 780 752 726 704 684 666 652 a 300 850 818 790 766 742 722 704 688 672 LU 350 850 822 798 776 756 736 720 704 690 J 400 850 826 804 784 766 748 732 718 704 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 1 200 1 250 1 300 1350 1 400 00 W 0 0 40 80 118 1 158 1 198 1 238 1278 1 316 +i W 50 356 396 436 476 314 1 554 566 1 544 526 0 LL 100 712 752 792 794 748 710 680 654 632 = a 150 1020 952 896 850 810 778 748 722 700 H 200 1020 968 922 884 850 820 794 770 748 a Z 250 1020 978 940 906 876 850 826 804 784 J V 300 1020 984 952 922 896 872 850 830 810 H 350 1020 990 960 916 912 890 868 850 832 400 1020 992 968 944 922 902 884 866 850 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 H 0 0 40 80 118 158 198 238 278 316 LU N W 50 634 674 712 752 792 794 748 710 680 0 V 100 � 1268 1246 1156 1082 1020 968 922 884 850 = a 150 1360 1282 1214 1156 1106 1060 1020 984 952 H 200 1360 1300 1246 1200 1156 1118 1082 1050 1020 Z a 250 1360 1312 1268 1228 1190 1156 1124 1096 1068 J Z300 1360 1320 1282 1246 1214 1184 1156 1130 1106 350 1360 1324 1292 1262 1232 1206 1180 1156 1134 400 1360 1330 1300 1272 1246 1222 1200 1178 1156 Time in seconds required for decompression from 3.5 psig to 3.0 psig. SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(2)H Television Inspection All new sanitary sewer extensions shall be TV camera inspected by the City Operations Division prior to acceptance. All construction must be completed and approved by the inspector prior to the TV inspection. All manholes shall be channeled, and grade rings set in place prior to TV inspection by the City. The casting and top grade ring, do not have to be mudded in until after the final grade is established. Skyline Sanitary Sewer Extension/Leyrer 7 - 14 August 9, 2021 Project Number: 11-3003 SECTION 7-17.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 7-17.3(2)I Vacuum Testing of Sanitary Manholes All new sanitary sewer manholes shall be vacuum tested by the City Operations Division prior to acceptance to ensure it is air-tight and not susceptible to infiltration. On projects with more than one manhole, the Contractor shall have all of the manholes ready for testing prior to scheduling the air-testing with the project inspector. Manholes will not be considered ready for testing until all grouting has been performed and the frame and cover have been grouted in place. It is the responsibility of the Contractor to ensure all manholes are ready for testing prior to scheduling the testing through the inspector. Manholes not ready for testing shall receive a failing mark and a re-test shall be scheduled through the inspector once the manhole is ready. All retests after failure shall be at the Contractor's expense. The Contractor shall bear all costs for correction of deficiencies found during the vacuum testing, including the actual or overtime costs of city crew for additional vacuum testing to verify the correction of deficiencies. SECTION 7-17.S IS SUPPLEMENTED BY ADDING THE FOLLOWING; 7-17.5 Payment The unit contract price per lineal foot for "PVC Sewer Pipe, 8 Inch Diameter" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, wyes, tees, plugs, and joint materials; connection to new or existing manholes and pipes, air testing; coordination for TV inspection, additional costs for overtime work when working on other than normal working hours, and any sewage bypass systems used. 7-18 SIDE SEWERS 7-18.3 Construction Requirements SECTION 7-18.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-18.3(1) General For new construction the Engineer will contact all property owners in advance of any construction of either lateral or side sewers, and shall, for the convenience of the Contractor, locate them in the field. Such Skyline Sanitary Sewer Extension/Leyrer 7 - 15 August 9, 2021 Project Number: 11-3003 locations shall be marked by a stake or other suitable marker. The Contractor shall be responsible for locating a "tee" in the main line opposite each marker and shall construct a side sewer to terminate, as nearly as practical at the property line or permanent easement line as shown on the plans. All side sewers shall terminate as specified above and shall be capped and blocked to the satisfaction of the Engineer. In the event the side sewer is a common side sewer, each branch shall be made and capped as described above. SECTION 7-18.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-18.3(6) Existing Side Sewers For sewer replacement projects where side sewer locations have not been indicated on the plans, it shall be the Contractor's responsibility to field verify the location of existing side sewers. Also, the Contractor shall verify the actual location of existing side sewers that are indicated on the plans. Once the existing side sewer is exposed, the Contractor shall field inspect the side sewers to determine the size and type of pipe and then furnish the required pipe, adaptors, couplings and fittings that are necessary to make the reconnections. All openings to any abandoned side sewer that is exposed during construction, shall be plugged by the Contractor. The plug shall be watertight and shall meet with the approval of the Engineer. SECTION 7-18.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-18.5 Payment The unit contract price per lineal foot for "PVC Side Sewer Pipe, 6 Inch Diameter" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, wyes, tees, plugs, and joint materials; connection to new or existing manholes and pipes, air testing; vacuum testing coordination for TV inspection, additional costs for overtime work when working on weekends, and any sewage bypass systems used. Skyline Sanitary Sewer Extension/Leyrer 7 - 16 August 9, 2021 Project Number: 11-3003 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ....................................9-14.3 Fertilizer ...............................9-14.4 Mulch and Amendments ..........9-14.5 Tackifier ...............................9-14.5(7) 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 Skyline Sanitary Sewer Extension/Leyrer 8 - 1 August 9, 2021 Project Number: 11-3003 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 SeaTac Addendum to King County Surface Water Design Manual Skyline Sanitary Sewer Extension/Leyrer 8 - 2 August 9, 2021 Project Number: 11-3003 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 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 Skyline Sanitary Sewer Extension/Leyrer 8 - 3 August 9, 2021 Project Number: 11-3003 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) Item Bids The unit contract price per acre for "Seeding, Fertilizing, and Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1. All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit bid price per lineal foot for "Filter Fabric Fence" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. The unit contract price per each for "Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit 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. Skyline Sanitary Sewer Extension/Leyrer 8 - 4 August 9, 2021 Project Number: 11-3003 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.1(1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. All plant materials shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A.......................................... 9-14.2(1) Seed ....................................................... 9-14.3 Fertilizer.................................................. 9-14.4 Mulch and Amendments............................. 9-14.5 Wood Cellulose Fiber................................. 9-14.5(10) Erosion Control Devices ............................. 9-14.6 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: Skyline Sanitary Sewer Extension/Leyrer 8 - 5 August 9, 2021 Project Number: 11-3003 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. 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. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified Skyline Sanitary Sewer Extension/Leyrer 8 - 6 August 9, 2021 Project Number: 11-3003 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 A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and Skyline Sanitary Sewer Extension/Leyrer 8 - 7 August 9, 2021 Project Number: 11-3003 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. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 Ibs/acre of"Mix A" unless otherwise directed by Engineer. Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-02.3(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: 8-02.3(9)E Protection and Care of Seeded Areas Skyline Sanitary Sewer Extension/Leyrer 8 - 8 August 9, 2021 Project Number: 11-3003 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)A IS DELETED AND REPLACED WITH THE FOLLOWING; 8-02.3(11)A Mulch for Seeding Areas Wood cellulose fiber mulch conforming to Section 9-14.5(10) of the Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.5 shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8-01.3(9)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-02.3(11)B IS REVISED AS FOLLOWS: 8-02.3(11)B Bark or Woodchip Mulch Revise all references in this section from bark or wood chip mulch to "wood chip mulch." Add "A sample of the wood chip mulch shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application." SECTION 8-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: Skyline Sanitary Sewer Extension/Leyrer 8 - 9 August 9, 2021 Project Number: 11-3003 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 1. Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-02.5 Payment The unit contract price per cubic yard for "Topsoil Type A" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. The unit contract price per cubic yard for "Wood Chip Mulch" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the wood chip mulch in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking the wood chip mulch and cleanup. 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. This work shall include removing and restoring the existing City of Kent pump station sign near the pump station gate. 8-12.3 Construction Requirements SECTION 8-12.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(1) Chain Link Fence and Gates Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. Skyline Sanitary Sewer Extension/Leyrer 8 - 10 August 9, 2021 Project Number: 11-3003 New materials shall meet the requirements shown in the plans or as directed by the Engineer. Security fence shall meet WSDOT Standard Plan L-40.20-01; Glare Screen Type 2 (black, vinyl coated chain link with slats) with 3 strands of black vinyl coated wire with galvanized barbs. Includes 18" wide, 6" thick, concrete mow strip with medium brush finish. SECTION 8-12.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(2) Wire Fence and Gates Existing wire fence and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall be in general conformance to the requirements of Section 8-12 of the WSDOT Standard Specifications. SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.4 Measurement Remove and restore fence shall be measured along that portion of the fence which must be removed in order to perform necessary work. Measurement for payment will be between the closest posts which remain undisturbed by the work. Restoration of fence beyond the stated limits is incidental to and included in the measured length defined above. If the Contractor removed additional fence for its convenience, restoration of the additional length of fence shall be at its sole expense. SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment "Remove and Restore Pump Station Sign," per lump sum. "Remove and Restore Fence," per linear foot. 8-22 PAVEMENT MARKING SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description THE TEXT UNDER CROSSWALK STRIPE IS REPLACED WITH THE FOLLOWING: A series of pairs of parallel SOLID WHITE lines, 8-feet long, 8 inches wide, aligned parallel with the direction of traffic, with an 8 inch space between the lines. Pairs are located as shown in Kent Standard Plan 6-75. THE TEXT UNDER TWO WAY LEFT TURN STRIPE IS REPLACED WITH THE FOLLOWING: Skyline Sanitary Sewer Extension/Leyrer 8 - 11 August 9, 2021 Project Number: 11-3003 A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4 inch space. The broken or "skip" pattern shall be based upon the City's 12-foot line and a 30-foot space, except where the existing paint markings use a different pattern in which case the existing pattern will be used. The solid line shall be installed to the right of the broken line in the direction of travel. THE FOLLOWING NEW PAVEMENT MARKING IS ADDED: Yellow Painted Curb A SOLID YELLOW stripe, just wide enough to completely cover the concrete curbing. SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Material for pavement and curb markings shall be white or yellow paint as noted in the Proposal and Bid Item Descriptions. All paint, including the paint for the concrete curbs, shall be described in the Qualified Products List as "Temporary Pavement Marking Paint - 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 Skyline Sanitary Sewer Extension/Leyrer 8 - 12 August 9, 2021 Project Number: 11-3003 completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. 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 8-22.5 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: Skyline Sanitary Sewer Extension/Leyrer 8 - 13 August 9, 2021 Project Number: 11-3003 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 and pavement markings in kind at all locations where existing pavement markings get removed or damaged during construction. 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. 8-28 POTHOLE UTILITIES 8-28.1 Description This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. Skyline Sanitary Sewer Extension/Leyrer 8 - 14 August 9, 2021 Project Number: 11-3003 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The contract price per each for "Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. Skyline Sanitary Sewer Extension/Leyrer 8 - 15 August 9, 2021 Project Number: 11-3003 DIVISION 9 - MATERIALS 9-03 AGGREGATES 9-03.12 Gravel Backfill SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING; 9-03.12(3) Gravel Backfill for Pipe Zone Bedding Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: Sieve Size Passing 3/4 Inch 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % % Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. 9-03.14 Borrow SECTION 9-03.14(1) IS DELETED AND REPLACED WITH THE FOLLOWING; 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 3 Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. Skyline Sanitary Sewer Extension/Leyrer 9 - 16 August 9, 2021 Project Number: 11-3003 Where additional materials are required to formulate the street sub- base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. * The maximum size of stone for geosynthetic reinforced walls or slopes shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 percent passing 1 inch square sieve. All other sieve values continue to apply. SECTION 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.17 Foundation Material Class I and Class II Foundation Material Class I and Class II shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class II shall conform to the following gradations: Percent Passing Sieve Size Class I Class II 6" square 100 --- 4" square --- 100 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2.48 min 9-03.21 Recycled Material SECTION 9-03.21(1)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: Skyline Sanitary Sewer Extension/Leyrer 9 - 17 August 9, 2021 Project Number: 11-3003 9-03.21(1)D Recycled Glass (glass cullet) Recycle glass (glass cullet) shall not be used for any purposes. 9-13 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR EROSION AND SCOUR PROTECTION AND ROCK WALLS SECTION 9-13 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-13.8 Rock for Ditches Rocks for ditches shall meet the following requirements for grading: Sieve Size Percent Passing 12" 95 to 100 6" 40 to 60 3" 10 to 20 3/4" 0 to 5 9-14 EROSION CONTROL AND ROADSIDE PLANTING 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: Skyline Sanitary Sewer Extension/Leyrer 9 - 18 August 9, 2021 Project Number: 11-3003 Screen Percent Size * Passing 2 inch 100 1 inch 99-100 5/8" 90 - 100 1/4" 75-100 *Maximum particle length of 6 inches B. Shall have a pH range between 5.5 and 8.5. The pH shall be determined by soil test. C. Organic material shall consist of composted yard debris or organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content and meet all requirements for compost in Section 9-14.5(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. 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 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.2(4) Sandy Loam Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) ......... 100% Passing 1 mm sieve .................................. 80% minimum Passing 0.15 mm sieve.............................. 15% maximum SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Seed Skyline Sanitary Sewer Extension/Leyrer 9 - 19 August 9, 2021 Project Number: 11-3003 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 Seed Mix "A" Min. % Min. % Max. Proportion Ingredient Pure Seed Germination Weed Seed 40% Perennial R e rass 98% 90% 0.5% 40% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bent grass 98% 90% 0.5% 10% White Dutch Clover 98% 90% 0.5% Pre-inoculated Mix B (Landscaped Area Grass): Weight Seed Mix "B" Min. % Min. % Max. Proportion Ingredient Pure Seed Germination Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewin s Fescue 95% 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual R e rass 95% 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Skyline Sanitary Sewer Extension/Leyrer 9 - 20 August 9, 2021 Project Number: 11-3003 Total available Potassium ......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) Available phosphorous............. 0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.5 Mulch and Amendments SECTION 9-14.5(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.5(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. SECTION 9-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.5(10) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. Skyline Sanitary Sewer Extension/Leyrer 9 - 21 August 9, 2021 Project Number: 11-3003 9-14.7 Plant Materials 9-14.7(1) Description SECTION 9-14.7(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.7(1)A Street Trees The following table provides both the list of approved street tree species, and some of the characteristics associated with each street tree species at maturity: Common Name Scientific Name Height Width Shape Min. (feet) (feet) Spacing (feet) Small Street Trees For planting under 30' or owerlines less Trident Maple Acer buer eranum 20' 20' Round lowspreading 30' Flame Maple Acer ginnala 'Flame' 20' 20' Round w/ spreading low 30' branches Flamingo Box Elder Acer negundo 20' 15, Oval to round 25' 'Flamingo' Apollo Maple Acer saccharum 25' 10, Narrow to columnar 20' Tatarian Maple Acer tataricum 25' 20' Oval to round, often low 30' branched Lavalle Hawthorn Cratae us x lavallei 28' 20' Irregular vase shaped 30' Washington Hawthorn Crataegus 25' 20' Broadly oval to round 30' phaenopyrum Golden Desert Ash Fraxinus excelsior 20' 18' Rounded, compact 30' 'Aureafolia' Leprechaun Ash Fraxinus pennsylvanica 18, 16' Dense, compact, round 25' 'Johnson' Amur Maackia Maackia amurensis 25' 20' Vase shaped becoming 30' round Golden Raindrops Malus transitoria 20' 15' Upright, vase shaped 25' Crabapple 'Schmidt cutleaf' Red Barron Crabapple Malus 'Red Barron' 18' 8' Narrow, columnar 20' Red Jewel Crabapple Malus 'Jewelcole' 15, 12' Upright, ramidal 25' Tschonoskii Crabapple Malus tschonoskii 28' 14' Upright, narrowly oval 25' Cascade Snow Cherry Prunus 'Berry' 25' 14' Upright, spreading 25' Amanogawa Cherry Prunus serrulata 20' 6' Columnar, fastigiate 20' 'Amano awa' branches Red Cascade Mountain Sorbus Americana 18' 8' Compact oval 20' Ash 'Dwarfcrown' Fragrant Snowbell Styrax obassia 25' 15' Pyramidal to upright 25' narrow oval Ivory Silk Japanese Syringa reticulate 'Ivory 20' 15' Upright spreading 25' Silk' becoming round Medium Street Trees Plant when 30' to powerlines are not 45' resent trees Armstrong Maple Acer rubrum 45' 15, Narrow, upright 25' 'Armstrong' columnar Queen Elizabeth Maple Acer campestre 'Evelyn' 35' 30' Upright, becoming 40' round Sensation Box Elder Acer negundo 30' 25' Rounded 35' 'Sensation' Pacific Sunset Maple Acer truncatum x Acer 30' 15' Upright spreading, 25' plantanoides rounded crown 'Warrenred' Skyline Sanitary Sewer Extension/Leyrer 9 - 22 August 9, 2021 Project Number: 11-3003 Medium Street Trees Plant when 30' to powerlines are not 45' resent trees Frans Fontaine Carpinus betu/us 'Frans 30' 15' Columnar 25' Hornbeam Fontaine' American Hornbeam Carpinus caroliniana 25' 25' Oval 35' Tricolor Beech Fagus sylvatica 'Roseo 30' 20' Pyramidal when young, 30' - Mar inata' rounding w/ age Raywood Ash Fraxinus oxycarpa 35' 25' Oval, dense crown 35' 'Ra ywood' Imperial Honeylocust Gleditsia triacanthos 35' 35' Rounded 45' 'Impcole' Galaxy Magnolia Ma no/ia 'Galax ' 30' 15' Pyramidal to oval 25' Edith Bogue Southern Magnolia grandiflora 30' 15' Pyramidal tight 25' Magnolia 'Edith Bo ue' American Hophornbeam Ostrya Virg/n/ana 40' 25' Upright oval 35' Spire Cherry Prunus x hillieri 'Spire' 30' 10, Upright columnar, 20' narrowly vase shaped Columnar Sargent Prunus sargentii 35' 15' Upright columnar, 25' Cherry 'Columnaris' narrowly vase shaped Edgewood Pear Pyrus calleryana x 30' 25' Rounded 35' betulaefolia 'Edgewood' Capital Pear Pyrus calleryana 35' 12' Columnar 20' 'Capital' Chanticleer Pear Pyrus calleryana 'Glen's 40' 15' Columnar, narrowly 25' Form' pyramidal Crimson Spire Oak Quercus alba x Quercus 45' 15' Columnar, tightly 25' robur 'Crimschmidt' fasti iated Skyrocket Oak Quercus robur 45' 15' Narrow, fastigiated 25' 'Fasti iata' Musashino Zelkova serrata 45' 20' Very narrow, upright 30' 'Musashino' vase shaped 9-14.8 Stakes, Guys, and Wrapping SECTION 9-14.8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.8(1) Tree Ties Tree ties shall be patent "Tre-Ties" sufficient in size and number to adequately support the trees as determined by Quentin Poil, Nursery Supervisor at 253-856-5127. 9-16 FENCE AND GUARDRAIL 9-16.1 Chain Link Fence and Gates SECTION 9-16.1(1)B IS DELETED AND REPLACED WITH THE FOLLOWING; 9-16.1(1)B Chain Link Fence Fabric Chain link fabric shall consist of 9 gage wire (0.148-inch diameter) for all fences unless specified otherwise. The fabric wire shall be: Galvanized steel wire conforming to ASTM A 392. Galvanizing shall be Class I performed by the hot dip process. Skyline Sanitary Sewer Extension/Leyrer 9 - 23 August 9, 2021 Project Number: 11-3003 The wire shall be woven into approximately 2-inch diamond mesh. The width and top and bottom finish of the fabric shall be as shown in the plans. 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. 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. Skyline Sanitary Sewer Extension/Leyrer 9 - 24 August 9, 2021 Project Number: 11-3003 Steel sign structures and posts shall be galvanized after fabrication in accordance with AASHTO M 111, unless noted otherwise in the plans. All bolts, nuts, and washers shall be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise specified in the plans or Kent Special Provisions, metal surfaces shall not be painted. Minor fabricating and modifications necessary for galvanizing will be allowed if not detrimental to the end product as determined by the Engineer. If such modifications are contemplated, the Contractor shall submit to the Engineer, for approval six copies of the proposed modifications, prior to fabrication. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE BEGINNING OF THIS SECTION: 9-29.1 Conduit, Innerduct, and Outerduct Unless otherwise specified on the Street Lighting or Traffic Signal Plans, all conduits for street lighting, traffic signals and traffic signal interconnect cables for projects within the city limits of Kent shall be Schedule 80 PVC conduit, minimum size 2 inches. 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 Skyline Sanitary Sewer Extension/Leyrer 9 - 25 August 9, 2021 Project Number: 11-3003 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. 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 13108. 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. 9-29.10 Luminaires SECTION 9-29.10(1) IS REVISED BY REPLACING THE FIRST SENTENCE OF THE FIRST PARAGRAPH WITH THE FOLLOWING: 9-29.10(1) Conventional Roadway Luminaires All luminaires shall come equipped for IES type III, medium cutoff light distribution unless otherwise specified on the Street Lighting Plans and/or Traffic Signal Plans when those signals include street lighting luminaires. Skyline Sanitary Sewer Extension/Leyrer 9 - 26 August 9, 2021 Project Number: 11-3003 THE FOLLOWING PARAGRAPHS ARE ADDED TO THE END OF THIS SECTION: The only pre-approved street lighting luminaires for this project are as follows: For LED Equivalent of the 400 Watt HPS Luminaire: ATBM H MVOLT R3 NL P7 For LED Equivalent of the 250 Watt HPS Luminaire: ATBM D MVOLT R3 NL P7 For LED Equivalent of the 200 Watt HPS Luminaire: ATBM C MVOLT R3 NL P7 For LED Equivalent of the 100 Watt HPS Luminaire: ATBS E MVOLT R3 NL P7 For LED Equivalent of the 100 Watt HPS Lumec DSX Luminaire: S56C1-55W32LED4K-R-ACDR-LE3-240-SFX-FN 1-GNBTX For LED Equivalent of the 100 Watt HPS King Luminaire: K118R-B2PR-III-60-SSL-1042-120-K18-PEBC-SST-GN-#1 Other street lighting luminaires may be submitted for approval, PROVIDED that they possess the same serviceability characteristics as the pre-approved models, and the submittal is accompanied by photometric calculations showing that they are photometrically equivalent to the approved products. 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 Skyline Sanitary Sewer Extension/Leyrer 9 - 27 August 9, 2021 Project Number: 11-3003 wrapped with Scotch T"#06147 Electrical Moisture Sealant, or approved equal. SECTION 9-29.13 IS REVISED BY REPLACING THE LAST SENTENCE WITH THE FOLLOWING: 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. Skyline Sanitary Sewer Extension/Leyrer 9 - 28 August 9, 2021 Project Number: 11-3003 SECTION 9-29.13(5) IS REVISED AS FOLLOWS: 9-29.13(5) Flashing Operations ADD THE FOLLOWING TO THE END OF THE FIRST PARAGRAPH: When the cabinet is commanded to Flashing mode, the DC supply voltage shall be removed from all loadswitches. The flash transfer relays shall be de-energized during flashing operations. REPLACE THE LAST SENTENCE IN ITEM 2 WITH THE FOLLOWING: When the flash-automatic switch is changed to the automatic position, the controller shall resume normal automatic operation with the display and timing as it existed before the flash mode was enabled. DELETE THE SECOND SENTENCE IN ITEM 3. DELETE ITEM 4 IN ITS ENTIRETY. REVISE ITEM 5 BY DELETING "at the beginning of major street green" IN THE LAST SENTENCE. SECTION 9-29.13(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THE SECTION: 9-29.13(7) Wiring Diagrams The cabinet wiring drawing shall also be provided in AutoCAD v2008 file. All cabinet wiring, and layout shall fit on (1) E1 size sheet, multiple pages shall not be allowed. Component cut sheets and equipment operating manuals shall be provided for devices used within the controller cabinet. SECTION 9-29.13(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 Skyline Sanitary Sewer Extension/Leyrer 9 - 29 August 9, 2021 Project Number: 11-3003 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. 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 Skyline Sanitary Sewer Extension/Leyrer 9 - 30 August 9, 2021 Project Number: 11-3003 contain a spare door indicator switch (normally closed contacts) which will be wired to a terminal block for future use. 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 OpticomT1. 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 OpticomTM 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 Dialite TM, part number 433- 1210-003XL15, or approved equal; red arrows shall be Dialite TM, part number 432-1314-001XOD15, or approved equal; green balls shall be Dialite TM, 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 Dialite TM, part number 433-3230-901XL15, or Skyline Sanitary Sewer Extension/Leyrer 9 - 31 August 9, 2021 Project Number: 11-3003 approved equal; yellow arrows shall be DialiteT"', part number 431-3334-901XOD15 or approved equal. 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, AdvisorT` (AGPS) or Campbell Company, Guardian TM type assemblies or approved equal. The pedestrian push button assembly shall be constructed as shown in the plans. The assembly shall be constructed so that it will be impossible to receive an electrical shock under any weather conditions. SECTION 9-29.20 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.20 Pedestrian Signals Pedestrian signals shall be (filled in) Hand/Man with Countdown Display, containing LED type optics only. Countdown pedestrian signals shall be (Gelcore part number PS7-CFF1-01A-18 or approved equal). SECTION 9-29.21 IS REVISED AS FOLLOWS: 9-29.21 Flashing Beacon Skyline Sanitary Sewer Extension/Leyrer 9 - 32 August 9, 2021 Project Number: 11-3003 Delete the words "12 inch yellow displays shall be dimmed 50% after dark". 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 BestTl 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 1. Features: Insert new feature specifications. Skyline Sanitary Sewer Extension/Leyrer 9 - 33 August 9, 2021 Project Number: 11-3003 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe SECTION 9-30.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.1(1) Ductile Iron Pipe Pipe for water mains shall be cement mortar lined ductile iron Class 52 and conforming to the latest revisions to the ANSI specifications. Connections shall be mechanical or push-on joint with rubber gaskets unless otherwise specified on the plans. 9-30.2 Fittings SECTION 9-30.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.2(1) Ductile Iron Pipe Cast or ductile iron pipe fittings shall have the same coating, lining and strength as the pipes to which they are connected. Fittings shall be flanged or mechanical joint. Mechanical joint fitting gaskets shall be vulcanized styrene butadiene rubber gaskets (SBR) in accordance with the most current version of AWWA standard C111/A21.11. Flanged joint fitting gaskets shall be full face synthetic rubber gaskets appropriate to meet the required pressure rating in accordance with the most current versionof AWWA standard C115/A21.15. 9-30.3 Valves SECTION 9-30.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.3(1) Gate Valves (3 to 16 Inches) Gate valves shall be resilient wedge gate type as manufactured by Clow, American Darling, Waterous, Dresser M&H, Mueller or an approved equal, with epoxy-coated valve interiors. They shall conform to AWWA specifications C-509, and shall have a working pressure rating of 250 psi, unless otherwise specified in the Kent Special Provisions. They shall be iron bodied bronze mounted, non-rising stem, and counterclockwise opening. Valve stems shall be provided with O-ring seals. SECTION 9-30.3(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(4) Valve Boxes Valve boxes shall be installed on all buried valves and conform to Kent Standard Plan 3-7. The box shall be of cast iron, 2-piece design with a base corresponding to the size of the valve and the top section. The box shall be coal-tar painted by the manufacturer using industry standards. The valve box top section shall be an Olympic Foundry No. 940. The Skyline Sanitary Sewer Extension/Leyrer 9 - 34 August 9, 2021 Project Number: 11-3003 cover shall be an Olympic Foundry deep skirt No. 940 DS, have the word "WATER" cast into it, and shall be of the non-locking type, unless a locking cover is specifically called for in the Kent Special Provisions or shown on the plans. The bottom section shall be an Olympic Vl3-1C or approved equal. A 3 feet x 3 feet x 6 inches concrete pad, flush with finish grade, shall be poured around each valve box top section not located within asphalt or concrete finished areas. Valve box covers shall have the lugs or stainless cap screws installed parallel to the direction of water flow. SECTION 9-30.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(5) Valve Marker Posts Valve marker posts shall be constructed of Class 3000 cement concrete; shall be 4-inches by 4-inches by 42-inches long with a 6-1/4 inch by 4-inch base; shall contain one number 3 reinforcement bar; and shall otherwise conform to Kent Standard Plan 3-4. The exposed portion of the marker posts shall be coated with two coats of WHITE concrete paint. The FOG-TITE valve marker post is the pre-approved marker post. SECTION 9-30.3(6) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(6) Valve Stem Extensions Valve stem extensions shall conform to Kent Standard Plan 3-7. Valve stem operating nuts shall be no shallower than one and one-half (1 1/2) feet. Valves with an operating nut more than 3 feet below finished grade shall have a solid steel valve stem extension rod assembly, with a rock guard, installed on the operating nut. SECTION 9-30.5 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 9-30.5 Hydrants Fire hydrants shall be compression type, break-away (traffic model) hydrants conforming to AWWA C502 except as modified herein. Hydrant types shall be, Clow Medallion, M & H 929, or Mueller Super Centurion. SECTION 9-30.5(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.5(2) Hydrant Dimensions Hydrants shall conform with Kent Standard Plan 3-1. Skyline Sanitary Sewer Extension/Leyrer 9 - 35 August 9, 2021 Project Number: 11-3003 Valves and Nozzles - Fire hydrants should have a bottom valve size of at least five inches, one 4-1/2 inch pumper nozzle and two 2-1/2 inch nozzles shall have NST threads, with 1-1/4 inch pentagonal nuts. Painting - Public owned hydrants shall be painted with two (2) coats of Farwest Wonderglow Quickset #1000 (white gloss alkyd enamel). Private hydrants shall be painted with two (2) coats of Farwest Wonderglow Quickset #X 3472 (case yellow gloss alkyd enamel). SECTION 9-30.5(6) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.5(6) Guard Posts Guard posts shall be constructed of Class 3000 cement concrete; shall be 6-feet long and 9-inches in diameter; shall have 5 equally spaced number 3 reinforcement bars with a minimum of 1-1/2 inch cover; and shall otherwise conform to Kent Standard Plan 3-3. The FOG-TITE hydrant guard post is the pre-approved guard post. All other posts require the approval of the Engineer. SECTION 9-30.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6 Water Service Connections (2 inches and Smaller) 9-30.6(1) Saddles The body casting of saddles for service connections shall be of malleable or ductile iron, extending at least 160 degrees around the circumference of the pipe at the maximum range and at least 180 degrees when the saddle is tightened on the water main. The saddle body and/or straps shall be stamped with the size range of the saddle. The saddle shall have a groove for the neoprene or nitril gasket in order to prevent gasket movement. The saddle is to be tapped with an I.P. thread. The "U" straps shall conform to the outside diameter of the range stamped on the saddle. The service saddle shall be manufactured by Smith Blair, Romac, or Mueller. Service saddles shall be either double strapped or stainless steel full circumference band. 9-30.6(2) Corporation Stops All corporation stops shall be Ford ballcorp style. The following Ford model numbers shall be used for the respective sizes stated. Ford Corporation Stops Size Ford Model Number 3/4 inch FB500-3 1 inch FB500-4 1 1/2 inch FB500-6 2 inch FB500-7 Skyline Sanitary Sewer Extension/Leyrer 9 - 36 August 9, 2021 Project Number: 11-3003 Connection to service pipes shall be by Ford pack joints (Section 9-30.6(4)) only. SECTION 9-30.6(3)B IS DELETED AND REPLACED WITH THE FOLLOWING; 9-30.6(3)B Polyethylene Tubing Polyethylene tubing shall be iron pipe size (IPS) ultra-high molecular weight, high density polyethylene plastic meeting or exceeding the following standards: ID ASTM D-2239, SIDR-7, and PE 3408, AWWA C- 901, AWWA C-800, and National Sanitation Foundation Standards and conforming to all other applicable standards. This polyethylene tubing shall be rated at or above a working pressure of 200 psi. Polyethylene plastic tubing shall have a manufactured stainless steel insert stiffener at all compression pack joints. Driscopipe 5100 Ultra-Lien water pipe is an approved product meeting the above specifications. All other products require approval of the City Water Department after submittal of a sample length of pipe and the manufacturer's product literature. The City is not responsible for the purchase of materials not meeting the above specifications. SECTION 9-30.6(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(4) Service Fittings Ford Pack Joint Couplings (hereinafter Ford Pack Joint Couplings or Pack Joint Couplings) shall be used to connect the service line pipe to the corporation stop and meter setter at both ends. When the plans call for the installation of a new service line from the water main to the setter and/or new setter, the connection between the new service line on the private side of the setter and the existing private service line the Contractor shall use an adaptor. If the existing service line is long enough to connect to the setter directly without the need of an adaptor, a pack joint coupling shall be used for the connection to the setter. Pack joint couplings shall make a tight and permanent joint on type K copper tubing or polyethylene plastic pipe as appropriate. Pack joint couplings shall be made of bronze, and shall have a gasket or 0-ring. Fittings used for copper and/or polyethylene tubing shall be Ford pack joint type only. Ford stainless steel stiffeners shall be used when utilizing compression fittings on polyethylene tubing. Insert Stiffeners The following table is a summary of the insert stiffeners that shall be utilized for the respective pipe sizes stated. Skyline Sanitary Sewer Extension/Leyrer 9 - 37 August 9, 2021 Project Number: 11-3003 Ford Insert Stiffeners Size Ford Model Number 3/4 inch Insert-71 1 inch Insert-72 1 1/2 inch Insert-74 2 inch Insert-75 Pack Joint Couplings The following table is a summary of Ford pack joint couplings that shall be utilized for the respective pipe sizes and types stated. Ford Pack Joint for Straight CTS Pipe Ford Model Number Male Iron Pipe P.J. for CTS C84-34 3/4 inch 1 inch C84-44 1 inch 1 inch C84-66 1 1/2 inch 1 1/2 inch C84-77 2 inch 2 inch Ford Pack Joint for Pol eth lene Pipe Ford Model Number Male Iron Pipe P.J. for PEP C86-34 3/4 inch 1 inch C86-44 1 inch 1 inch C86-66-IDR7 1 1/2 inch 1 1/2 inch C86-77-IDR7 2 inch 2 inch SECTION 9-30.6(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(5) Meter Setters Meter setters shall be manufactured and tested in accordance with all applicable parts of AWWA C800. Meter setters shall have dual-purpose end connections for iron pipe thread male adapters on both ends. The meter setter shall have a brace pipe eye to hold the setter vertical. The setter shall be equipped with an angle shut off valve with padlock wings, and on the outgoing side a check valve to prevent backflow. The check valve shall be spring loaded, of brass and stainless steel construction with a removable back for maintenance purposes. In no case shall residential meter stops be equipped with a bypass. The following meter setters shall be used for the respective size meter setter listed: Meter Setter Size Type 3/4 inch Ford VH72-15W-11-33 1 inch Ford VH74-15W-11-44 1 1/2 inches Ford VBH76-15B-11-66 L/BP 2 inch Ford VFH77-15B-11-77 L/BP Skyline Sanitary Sewer Extension/Leyrer 9 - 38 August 9, 2021 Project Number: 11-3003 SECTION 9-30.6(7) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(7) Meter Boxes Meter box requirements vary with respect to water meter size and location of the meter box. Meter boxes shall be as follows: Meter Box Meter Size Location Type 3/4 inch 'Planters Carson 1220-12 Sidewalks, Olympic Foundry driveways, #SM29 pavements or adjacent to vehicle turning areas Meter Box Meter Size Location Type 1 inch 'Planters Carson 1220-12 Sidewalks, Olympic Foundry driveways, #SM30 pavements or adjacent to vehicle turning areas 1 1/2 inch to 2 'Planters Carson 1730-15 inch Sidewalks, Olympic Foundry driveways, #SM30 pavements or adjacent to vehicle turning areas 3 inch and larger Concrete vaults per Kent Standard Plan 3- 12 'All plastic boxes shall be constructed of black polyethylene. Irrigation Box DCVA or PRV Size Type 3/4 inch to 1 inch and Carson 1324-15G all PRV's Green solid lid 1324-21- Extension Boxes - 6 Carson 1324B-11- inch 1 1/4 inch to 2 inch Carson 1730C-1B for 15 inch high Carson 1730D-1B for 18 inch high Green solid lid 1730-P2L SECTION 9-30.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-30.6(8) Water Meters Water meters 5/8 inch x 3/4 inch to 2 inch shall be provided and installed by the City Water Department. The City Water Department will Skyline Sanitary Sewer Extension/Leyrer 9 - 39 August 9, 2021 Project Number: 11-3003 not provide or set the water meter(s) until the Contractor has obtained the necessary permit(s), paid all associated fees, and receives a request from the project inspector. All water meters larger than 2 inch shall be provided and installed by the Contractor. All 5/8 x 3/4 and full 3/4 meters shall be the short pattern. All water meters regardless of their respective size shall register in cubic feet. The following table is a list of respective meter sizes and meter types. Meter Size Type 5/8 inch x 3/4 inch Invens s SR 3/4 inch Invens s SR 1 inch Invens s SR 1 1/2 inch Invens s SR 2 inch Invens s SR 3 inch to 6 inch Invens s SRH Compound Compound meters for service connections 3 inches and larger shall be installed within a concrete vault and be constructed in accordance with Kent Standard Plan 3-12. After installation of the compound meter, a certified testing laboratory shall certify the accuracy of the meter. A copy of the certification report shall be provided to the Kent Water Department. Skyline Sanitary Sewer Extension/Leyrer 9 - 40 August 9, 2021 Project Number: 11-3003 TRAFFIC CONTROL PLAN Skyline Sanitary Sewer Extension/Leyrer A - 1 August 9, 2021 Project Number: 11-3003 SIGN SPACING = X TRAFFIC CONTROL PLAN FREEWAYS & EXPRESSWAYS 55 /70 MPH 1500'± SEATAC, WA RURAL HIGHWAYS 60165 MPH 8001± N RURAL ROADS 45 l55 MPH 500'± 1V RURAL ROADS & URBAN ARTERIALS 35 I40 MPH 350'± RURAL ROADS & URBAN ARTERIALS 25 130 MPH 200'±(2) DURING HOURS OF DARKNESS, FLAGGER STATIONS SHALL BE W E RESIDENTAL & BUSINESS DISTRICTS ILLUMINATED WITHOUT CAUSING GLARE TO THE TRAVELING PUBLIC URBAN STREETS 25 MPH OR LESS 100'± (2) USING PORTABLE LIGHT TOWER OR APPROVED ALTERNATIVE. (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE WAC 296-155-305 SECTION 9(C) S RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY ROADWAY CONDITIONS.B DUCED IN URBAN AREAS TO FIT NOT TO SCALE ONE LANE,TWO—WAY TRAFFIC TAPER SPECS TAPER TYPE LENGTH(feet) #OF DEVICES MANDATORY WORK AREA BLOCKS RESIDENT DRIVEWAY. UPSTREAM TAPER 50' To 100' 6 DEVICE MIN. CONTRACTOR SHALL COORDINATE WORK DOWNSTREAM TAPER 50' TO 100' 6 DEVICE MIN, TO: S 222 PL TIMES/DATES WITH RESIDENT. TABLE(1) WITH FLAGGER ASSISTANCE, RESIDENTS SHALL CHANNELIZATION DEVICE SWDd I HAVE ACCESS TO PROPERTY AT ALL TIMES. SPACING (FEET) WORK MPH TAPER TANGENT AHEAD I PRIVATE RESIDENCE: 50/65 10 TO 20 80 W20-1 DRIVEWAY 22404 Military Rd S 35/45 10 TO 20 60 SeaTac, WA 98188 25/30 10 TO 20 40 *W20-4 Typical One-Lane, Two-Way OperationO N/B Military Rd S closed between S 225th PI & S 222nd PI. O FLAGGERS shall alternate traffic, as needed. O **If needed, SPOTTERS shall be present to escort ■ I c pedestrians/school patrons safely through work W20-7a I c area. N O No METRO impact. O Parking lane not present. I O Bike lane not present. O REASON: Sanitary sewer installation. I I RESIDENCE: WORK AREA SHALL MOVE 22405 Military PRIVATE Rd S NORTH IN SECTIONS SeaTac, WA 98188 DRIVEWAY I UNTIL PROJECT COMPLETED THIS FLAGGER 8I SHALL CONTROL RESIDENT TRAFFIC RESIDENCE: 22415 Military Rd S PRIVATE I ,• "SPOTTER New School Construction SeaTac, WA 98188 DRIVEWAY Kent School District 415 '- 22420 Military Rd S 28" REFL. CONE. •' LENGTH SeaTac, WA 98198 VARIES MAY OFFSET CONES. ##SCHOOL MANDATORY MAINTAIN 11' MIN. I ##SCHOOL DRIVEWAY MAY TRAVEL LANE WIDTH DRIVEWAY ONLY BE BLOCKED DURING NON-SCHOOL HOURS LEGEND UPO SHALL BE ON-SITE DURING WORK HOURS PE WORK AREA �', AS A PROACTIVE PRESENCE UJI I c ■ ■ ■ ■ ■ 28" REFL. CONE c f-I SIGN LOCATION I j maj �— EXISTING TRAFFIC FLOW FLAGGING STATION PCMS SHALL BE DISPLAYED 2 WEEKS IN ADVANCE OF WORK. MESSAGE a TBD BY THE CITY OF SEATAC. PCMS 1 2 IF APPLICABLE W20-7a THESE SIGNS SHALL BE DISPLAYED DURING NON-WORKING HOURS ACCORDING TO RCW 47.36.200 SPEED I 2.0 SEC 2.0 SEC ONE LANE FIELD LOCATE ADVANCE OF LIMIT ROAD LANE CLOSURE SIGNING. OW8-24 *W21-1701 SPEED AHEADDh11T W2O-4 35 � I ROAD ADVANCE WARNING SIGNS WORK 4 SPACED @(X)OR AS PER AHEAD SITE CONDITIONS. I W20-1 REFER TO SIGN SPACING CHART. MANDATORY 1 PCMS DURING NON-WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO IT'S FULL WIDTH TO: S 225 PL GENERAL NOTES: HOURS OF OPERATION 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 8:30 AM - 3:00 PM 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). CONTRACTOR 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD SUPERVISOR JOB NAME CONDITIONS. 4. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. PHONE NUMBER(office) PROJECT LOCATION 5. ALL SIGNS MIN. 48"x 48" UNLESS OTHERWISE SPECIFIED. WASHINOTONSTATETRAFFICCONTROL Seatac, WA 6. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE (1) ©SUPERVISOR PHONE NUMBER(fax) SHEET NUMBER DATE Ch,i,,Phe,oG­ valid 1 7/23/21 for spacing distances). :u�,•,...� ith PREPARED BY PHONE# GAT• 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE �,.....a12���. PID Chris Grose 253-258-1419 INTERSECTIONS AND/OR DRIVEWAYS. G E-MAIL chris@trafficcontrolplan.net PREVAILING WAGE RATES Skyline Sanitary Sewer Extension/Leyrer A - 2 August 9, 2021 Project Number: 11-3003 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 08/24/2021 County_ Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $52.39 5D 1 H View King Boilermakers Journey Level $70.79 5N 1C View King Brick Mason Journey Level $60.57 7E 1 N View King Brick Mason Pointer-Caulker-Cleaner $60.57 7E 1 N 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) $29.98 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $30.98 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 $64.84 7A 41J View Mastic King Cement Masons Application of all Epoxy $64.34 7A 41J View Material King Cement Masons Application of all Plastic $64.84 7A 41J View Material King Cement Masons Application of Sealing $64.34 7A 41J View Compound King Cement Masons Application of Underlayment $64.84 7A 41J View King Cement Masons Building General $64.34 7A 41J View King Cement Masons Composition or Kalman Floors $64.84 7A 41J View King Cement Masons Concrete Paving $64.34 7A 41J View King Cement Masons Curb Et Gutter Machine $64.84 7A 41J View King Cement Masons Curb Et Gutter, Sidewalks $64.34 7A 41J View King Cement Masons Curing Concrete $64.34 7A 41J 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- $64.84 7A 4U View powered 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 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 Et Brushing $64.84 7A 4U View King Cement Masons Sand Blasting Architectural $64.84 7A 4U View Finish King Cement Masons Screed Et Rodding Machine $64.84 7A 4U View King Cement Masons Spackling or Skim Coat $64.34 7A 4U View Concrete King Cement Masons Troweling Machine Operator $64.84 7A 4U View King Cement Masons Troweling Machine Operator on $64.84 7A 4U View Colored Slabs King Cement Masons Tunnel Workers $64.84 7A 4U View King Divers Et Tenders Bell/Vehicle or Submersible $118.80 7A 4C View Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $81.98 7A 4C View King Divers Et Tenders Diver $118.80 7A 4C 8V View King Divers Et Tenders Diver On Standby $76.98 7A 4C View King Divers Et Tenders Diver Tender $69.91 7A 4C View King Divers Et Tenders Manifold Operator $69.91 7A 4C View King Divers Et Tenders Manifold Operator Mixed Gas $74.91 7A 4C View King Divers Et Tenders Remote Operated Vehicle $69.91 7A 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle $65.19 7A 4C View Tender 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 1 H View King Drywall Tapers Journey Level $65.31 5P 1 E View King Electrical Fixture Maintenance Journey Level $31.99 5L 1 E View Workers King Electricians - Inside Cable Splicer $92.57 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $99.46 7C 4E View King Electricians - Inside Certified Welder $89.44 7C 4E View King Electricians - Inside Certified Welder (tunnel) $96.02 7C 4E View King Electricians - Inside Construction Stock Person $44.78 7C 4E View King Electricians - Inside Journey Level $86.30 7C 4E View King Electricians - Inside Journey Level (tunnel) $92.57 7C 4E View King Electricians - Motor Shop Journey Level $47.53 5A 1 B View King Electricians - Powerline Cable Splicer $82.39 5A 4D View Construction King Electricians - Powerline Certified Line Welder $75.64 5A 4D View Construction King Electricians - Powerline Groundperson $49.17 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment $75.64 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $75.64 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $64.54 5A 4D View Construction King Electricians - Powerline Meter Installer $49.17 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $75.64 5A 4D View Construction King Electricians - Powerline Powderperson $56.49 5A 4D View Construction King Electronic Technicians Journey Level $53.57 7E 1 E View King Elevator Constructors Mechanic $100.51 7D 4A View King Elevator Constructors Mechanic In Charge $108.53 7D 4A View King Fabricated Precast Concrete All Classifications - In-Factory $18.25 5B 1 R View Products Work Only King Fence Erectors Fence Erector $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 Et Frost Insulators And Journey Level $79.43 15H 11C View Asbestos Workers King Heating Equipment Mechanics Journey Level $89.61 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $54.01 7A 4V 8Y View King Industrial Power Vacuum Journey Level $13.69 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen Deckhand $57.48 5B 1 K View King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K View King Inland Boatmen Mate $57.31 5B 1 K View King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 View Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $13.69 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 View Sewer Ft Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer E Water Systems By Remote Control King Insulation Applicators Journey Level $64.94 7A 4C View King Ironworkers Journeyman $76.78 7N 10 View King Laborers Air, Gas Or Electric Vibrating $52.39 7A 4V 8Y View Screed 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 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 $53.35 7A 4V 8Y View Over) 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 $53.35 7A 4V 8Y View Operator 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 $53.35 7A 4V 8Y View Driller King Laborers Crusher Feeder $44.40 7A 4V 8Y View King Laborers Curing Laborer $52.39 7A 4V 8Y View King Laborers Demolition: Wrecking Et Moving $52.39 7A 4V 8Y View (Incl. Charred Material) King Laborers Ditch Digger $52.39 7A 4V 8Y View King Laborers Diver $54.01 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, $53.35 7A 4V 8Y View Diamond) 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 Et 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 Et 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 $53.35 7A 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $52.39 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level $54.01 7A 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $53.35 7A 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $52.39 7A 4V 8Y View C) 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 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, $53.35 7A 4V 8Y View Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) 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 $44.40 7A 4V 8Y View Chair King Laborers Tamper Et Similar Electric, Air $53.35 7A 4V 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $53.35 7A 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $53.35 7A 4V 8Y View Shorer Et Cribber) 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 King Laborers Tunnel Work-Compressed Air $129.67 7A 4V 9B View Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $134.70 7A 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $138.38 7A 4V 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $144.08 7A 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $146.20 7A 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $151.30 7A 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $153.20 7A 4V 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $155.20 7A 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $157.20 7A 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $54.11 7A 4V 8Y View Tender 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 General Laborer Et Topman $52.39 7A 4V 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $53.35 7A 4V 8Y View Et Water King Landscape Construction Landscape $40.36 7A 4V 8Y View Construction/Landscaping Or Planting Laborers 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 1 H View King Marble Setters Journey Level $60.57 7E 1 N View King Metal Fabrication (In Shop). Journey Level $41.70 15F 11A View King Millwright Journey Level $66.44 7A 4C View King Modular Buildings Cabinet Assembly $13.69 1 View King Modular Buildings Electrician $13.69 1 View King Modular Buildings Equipment Maintenance $13.69 1 View King Modular Buildings Plumber $13.69 1 View King Modular Buildings Production Worker $13.69 1 View King Modular Buildings Tool Maintenance $13.69 1 View King Modular Buildings Utility Person $13.69 1 View King Modular Buildings Welder $13.69 1 View King Painters Journey Level $45.40 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 - $80.76 7A 4C View Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $85.76 7A 4C View Compressed Air Worker 30.01 44.00 PSI King Pile Driver Hyperbaric Worker - $89.76 7A 4C View Compressed Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - $94.76 7A 4C View Compressed Air Worker 54.01 60.00 PSI King Pile Driver Hyperbaric Worker - $97.26 7A 4C View Compressed Air Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - $102.26 7A 4C View Compressed Air Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - $104.26 7A 4C View Compressed Air Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - $106.26 7A 4C View Compressed Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - $108.26 7A 4C View Compressed Air Worker 72.01 74.00 PSI King Pile Driver Journey Level $65.19 7A 4C View King Plasterers Journey Level $61.67 M 1 R View King Playground Et Park Equipment Journey Level $13.69 1 View Installers King Plumbers & Pipefitters Journey Level $92.19 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 $69.12 7A 3K 8X View Equipment 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 - $69.12 7A 3K 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $72.28 7A 3K 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $73.49 7A 3K 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $72.84 7A 3K 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $72.28 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and $75.72 7A 3K 8X View over King Power Equipment Operators Cranes: 100 tons through 199 $74.22 7A 3K 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 $72.84 7A 3K 8X View Tons With Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $74.99 7A 3K 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $75.72 7A 3K 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $73.49 7A 3K 8X View Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $69.12 7A 3K 8X View Under King Power Equipment Operators Cranes: Friction cranes through $74.99 7A 3K 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $72.28 7A 3K 8X View attachments, A-frame over 10 tons King Power Equipment Operators Crusher $72.84 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches $72.84 7A 3K 8X View (power) King Power Equipment Operators Derricks, On Building Work $73.49 7A 3K 8X View King Power Equipment Operators Dozers D-9 Et Under $72.28 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $72.28 7A 3K 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $74.22 7A 3K 8X View King Power Equipment Operators Elevator And Man-lift: $69.12 7A 3K 8X View Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $72.84 7A 3K 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $72.28 7A 3K 8X View With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $69.12 7A 3K 8X View Attachments King Power Equipment Operators Grade Engineer: Using Blue $72.84 7A 3K 8X View Prints, Cut Sheets, Etc 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 $73.49 7A 3K 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $72.84 7A 3K 8X View Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $72.28 7A 3K 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $72.84 7A 3K 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $72.28 7A 3K 8X View 10 Tons King Power Equipment Operators Hydralifts/Boom Trucks, 10 $69.12 7A 3K 8X View Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $74.22 7A 3K 8X View Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $73.49 7A 3K 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $72.84 7A 3K 8X View Yards 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 King Power Equipment Operators Material Transfer Device $72.84 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $74.22 7A 3K 8X View $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $73.49 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $73.49 7A 3K 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $69.12 7A 3K 8X View Distribution it Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And $72.28 7A 3K 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: $72.84 7A 3K 8X View 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $74.22 7A 3K 8X View Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 Tons $73.49 7A 3K 8X View Through 99 Tons King Power Equipment Operators Pavement Breaker $69.12 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane $72.84 7A 3K 8X View Mount) 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 $69.12 7A 3K 8X View 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $73.49 7A 3K 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $69.12 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman $72.28 7A 3K 8X View (Certified) 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 $72.28 7A 3K 8X View Materials 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 $72.84 7A 3K 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $72.28 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $73.49 7A 3K 8X View Yards And Over 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, $72.28 7A 3K 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $73.49 7A 3K 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $72.84 7A 3K 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $74.22 7A 3K 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $74.99 7A 3K 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $73.49 7A 3K 8X View King Power Equipment Operators Spreader, Topsider Et $73.49 7A 3K 8X View Screedman 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 $74.22 7A 3K 8X View Height Base To Boom King Power Equipment Operators Tower Crane: over 175 through $74.99 7A 3K 8X View 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $75.72 7A 3K 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $73.49 7A 3K 8X View Type King Power Equipment Operators Trenching Machines $72.28 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 $72.84 7A 3K 8X View Tons And Over King Power Equipment Operators Truck Crane Oiler/Driver Under $72.28 7A 3K 8X View 100 Tons 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, Farman 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- Asphalt Plant Operators $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $69.12 7A 3K 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $69.12 7A 3K 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $72.28 7A 3K 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $73.49 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $72.84 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes friction: 200 tons and $75.72 7A 3K 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes: 100 tons through 199 $74.22 7A 3K 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 Tons Through 44 $72.84 7A 3K 8X View Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $74.99 7A 3K 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $75.72 7A 3K 8X View Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $73.49 7A 3K 8X I View Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $69.12 7A 3K 8X View Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes through $74.99 7A 3K 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $72.28 7A 3K 8X I View Underground Sewer Et Water attachments, A-frame over 10 tons King Power Equipment Operators- Crusher $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $72.84 7A 3K 8X View Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $72.28 7A 3K 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $74.22 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $69.12 7A 3K 8X View Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $72.84 7A 3K 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $72.28 7A 3K 8X View Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $69.12 7A 3K 8X View Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $72.84 7A 3K 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $73.49 7A 3K 8X View Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $72.84 7A 3K 8X View Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $72.28 7A 3K 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $72.84 7A 3K 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/Boom Trucks Over $72.28 7A 3K 8X View Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/Boom Trucks, 10 $69.12 7A 3K 8X View Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $74.22 7A 3K 8X View Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $73.49 7A 3K 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $72.84 7A 3K 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $74.22 7A 3K 8X View Underground Sewer Et Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $73.49 7A 3K 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $69.12 7A 3K 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators And $72.28 7A 3K 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, Bridge Type Crane: $72.84 7A 3K 8X View Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $74.22 7A 3K 8X View Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $73.49 7A 3K 8X View Underground Sewer Et Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $72.84 7A 3K 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $69.12 7A 3K 8X View Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $73.49 7A 3K 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $72.28 7A 3K 8X View Underground Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $72.28 7A 3K 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $72.84 7A 3K 8X View Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $73.49 7A 3K 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shotcrete/Gunite Equipment $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $72.28 7A 3K 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $73.49 7A 3K 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $72.84 7A 3K 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $74.22 7A 3K 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $74.99 7A 3K 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $73.49 7A 3K 8X View Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $74.22 7A 3K 8X View Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175 through $74.99 7A 3K 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $75.72 7A 3K 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $73.49 7A 3K 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $72.84 7A 3K 8X View Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/Driver Under $72.28 7A 3K 8X View Underground Sewer Et Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Welder $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $72.84 7A 3K 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $55.03 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $52.24 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $55.03 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $49.21 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $37.47 5A 4A View Trimmers King Refrigeration Et Air Journey Level $87.01 6Z 1G View Conditioning Mechanics King Residential Brick Mason Journey Level $60.57 7E 1 N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View King Residential Drywall Applicators Journey Level $64.94 7A 4C View King Residential Drywall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View King Residential Insulation Journey Level $28.18 1 I View Applicators King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers Et Journey Level $92.19 6Z 1G View Pipefitters King Residential Refrigeration Et Air Journey Level $87.01 6Z 1G View Conditioning Mechanics King Residential Sheet Metal Journey Level $89.61 7F 1 E View Workers King Residential Soft Floor Layers Journey Level $51.91 5A 3J View King Residential Sprinkler Fitters Journey Level $53.04 5C 2R View .(Fire Protection), King Residential Stone Masons Journey Level $60.57 7E 1 N View King Residential Terrazzo Workers Journey Level $55.71 7E 1 N View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $57.30 5A 3H View King Roofers Using Irritable Bituminous $60.30 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $89.61 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane $39.58 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $79.43 15H 11C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Operating $39.58 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction $39.58 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $39.58 7V 1 View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $47.45 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $47.42 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $79.43 15H 11C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $47.45 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $51.56 0 1 View _(Electrical) King Sign Makers Et Installers (Non- Journey Level $33.20 0 1 View Electrical). King Soft Floor Layers Journey Level $51.91 5A 3J View King Solar Controls For Windows Journey Level $13.69 1 View King Sprinkler Fitters (Fire Journey Level $85.89 5C 1X View Protection) King Stage Rigging Mechanics (Non Journey Level $13.69 1 View Structural), King Stone Masons Journey Level $60.57 7E 1N View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $72.28 7A 3K 8X View Surveyor 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 1 E View King Telephone Line Construction - Cable Splicer $37.40 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $25.04 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $31.22 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $35.34 5A 2B View Outside King Terrazzo Workers Journey Level $55.71 7E 1N View King Tile Setters Journey Level $55.71 7E 1N View King Tile, Marble Et Terrazzo Finisher $46.54 7E 1N View Finishers King Traffic Control Stripers Journey Level $49.13 7A 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $64.55 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 Et Trailer $64.55 5D 4Y 8L View King Truck Drivers Other Trucks $64.55 5D 4Y 8L View King Truck Drivers - Ready Mix Transit Mix $64.55 5D 4Y 8L View King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers King Well Drillers Et Irrigation Pump Oiler $13.69 1 View Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers Benefit Code Key—Effective 3/3/2021 thru 8/31/2021 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four- ten hour schedule,shall be paid at one and one-half times the hourly rate of wage.All hours worked in excess of ten (10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten(10)hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions)shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1of14 Benefit Code Key—Effective 3/3/2021 thru 8/31/2021 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. 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. 2of14 Benefit Code Key—Effective 3/3/2021 thru 8/31/2021 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. 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. M. This code appears to be missing.All hours worked on Saturdays,Sundays and holidays shall be paid at double 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. 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. 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. 3of14 Benefit Code Key—Effective 3/3/2021 thru 8/31/2021 Overtime Codes Continued 4. 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. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2)times the hourly rate of wage.All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the normal four- day,ten hour work week,and Saturday shall be paid at one and one half(1'h)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. 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. 1. 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. 4of14 Benefit Code Key—Effective 3/3/2021 thru 8/31/2021 Overtime Codes Continued 4. 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. 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. 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. 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 ''/2)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. 5of14 Benefit Code Key—Effective 3/3/2021 thru 8/31/2021 Overtime Codes Continued 4. 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 atone 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. 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. Z. 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. 11. 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. The first ten(10)hours worked on Saturday and all hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.All hours worked over twelve(12)hours Monday through Saturday,and all hours worked on Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 6of14 Benefit Code Key—Effective 3/3/2021 thru 8/31/2021 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). 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). 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. 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). 7of14 Benefit Code Key—Effective 3/3/2021 thru 8/31/2021 Holiday Codes Continued T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And Christmas Day(9). Z. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day, Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 1. 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. 8of14 Benefit Code Key—Effective 3/3/2021 thru 8/31/2021 Holiday Codes Continued 7. 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. 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. 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. 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. 9of14 Benefit Code Key—Effective 3/3/2021 thru 8/31/2021 Holiday Codes Continued 7. G. New Year's Day,Washington's Birthday,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,the last scheduled workday before Christmas,and Christmas Day(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. 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. 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. 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. 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. 10 of 14 Benefit Code Key—Effective 3/3/2021 thru 8/31/2021 Holiday Codes Continued 7. 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. 15. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the last scheduled workday before Christmas,and Christmas Day(8).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. G. New Year's Day,Washington's Birthday,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,the last scheduled workday before Christmas,and Christmas Day(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. 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. 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. 11 of 14 Benefit Code Key—Effective 3/3/2021 thru 8/31/2021 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) feet above grade elevation receive an additional$0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more.Over 50'to 100'-$2.00 per foot for each foot over 50 feet.Over 10l'to 150'-$3.00 per foot for each foot over 101 feet.Over 15l'to 220'-$4.00 per foot for each foot over 220 feet. Over 22 F-$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. 12 of 14 Benefit Code Key—Effective 3/3/2021 thru 8/31/2021 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. 13 of 14 Benefit Code Key—Effective 3/3/2021 thru 8/31/2021 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. 14 of 14 CITY OF SEATAC RIGHT-OF-WAY USE PERMIT CONDITIONS Skyline Sanitary Sewer Extension/Leyrer A - 3 August 9, 2021 Project Number: 11-3003 8/4/2021 Permit Conditions Page i of Permit: ROW21-0146 Type RIGHT OF WAY Applied 06/30/2021 DHS Subtype CLASS C Approved Status RECEIVED Issued Description: Finaled CITY OF KENT-SKYLINE SEWER EXTENSION Expired Site Address City State Zip Site APN S 224TH ST SEATAC WA ENGCEN-202007 Owner SEATAC CITY OF Contractor Address 4800 S 188TH ST,WA 98188 SEATAC 1 07/14/2021 Type ENG IA ALL DEVIATIONS FROM APPROVED PLANS Status All deviations or changes from the approved plans shall be submitted to the Engineering Review Division for review and approval. All such deviations or changes shall be approved by the Engineering Review Division prior to implementation in the field. 2 07/14/2021 Type ENG I ALL GENERAL STANDARD CONDITION 1 Status The permittee agrees to indemnify and hold harmless the City of SeaTac as provided herein to the maximum extent possible under law. Accordingly,the permittee agrees for itself,its successors,and assigns to defend all claims,demands, suits and judgements,including cost of defense thereof,for injury to persons,death or property damage which is caused by,arises out of,or is incidental to permittees exercise of rights and privileges granted by this permit. The permittees obligations under this permit shall include a)indemnification for such claims whether or not they arise from the sole negligence of either the City of SeaTac or the permittee,the concurrent negligence of both parties,or the negligence of one or more third parties, b)the duty to promptly accept tender of defense and provide defense to the City of SeaTac at the permittees own expense,c)indemnification of claims made by the permittees own employees or agents,and d)waiver of the permittees immunity under the industrial insurance provisions of Title 51 RCW,which waiver has been mutually negotiated by the parties. In the event it is necessary for the City of SeaTac to incur attorney's fees,legal expenses or other costs to enforce the provisions of this section,all such fees,expenses and costs shall be recoverable from the permittee. In the event it is determined that RCW 4.24.115 applies to this permit,the permittee agrees to defend,hold harmless and indemnify the City of SeaTac to the maximum extent permitted thereunder,and specifically for its negligence concurrent with that of the City of SeaTac,to the full extent of permittees negligence. 3 07/14/2021 Type ENG IC ALL GENERAL STANDARD CONDITION 2 Status The permittee,its successors and assigns,is given and granted the right and authority to enter upon the Right-of-Way for the purpose of performing the work described in this permit,subject to the requirements and conditions listed below. A city inspector will be assigned to the project. Permittee is required to notify the City of SeaTac Public Works Dept.at 206.973.4750 a minimum of 24 hours prior to starting work. Failure to give required notice will result in an assessment of an additional one hour inspection fee charged against the permittee,and may require that work be delayed. This assessment is in addition to any other remedy available under law or equity which the city may wish to pursue and shall not be construed as an election of remedies by the City of SeaTac.Exceptions will be on a case-by-case basis with the express permission of the City of SeaTac Engineering Review Manager.One-way traffic and local access shall be maintained at all times. Signs and traffic control devices and placement will be in accordance with the Manual on Uniform Traffic Control Devices(MUTCD),latest edition. Detours and road closures shall be only by the expressed written approval of the City of SeaTac Engineering Review Manager. It is the responsibility of the permittee to notify all Multiple Conditions C S YS TE M S Permit#ROW21-0146 utility districts and private property owners when such property is subject to injury or damage through the performance of the work under this permit. After the installation,operation,maintenance or removal of a utility or facility,the permittee shall restore all Rightsof-Way and public places to a condition which is equivalent in all respects to the condition that area was in prior to starting work. All work is required to meet the approval of the City of SeaTac Engineering Review Manager. In the event that damage of any kind is caused by the permittee in the course of performing work authorized by his permit,the permittee will repair said damage at its sole cost and expense. 4 07/14/2021 Type ENG 1D ALL R/W DAMAGES Status Roads,shoulders,curbs&gutters,driveways,sidewalks,and or other improvements in the public Right-of-Way which are damaged during construction are to be replaced or restored to current City standards.All restoration and clean-up work are to meet the approval of the Public Works Inspector.Any sidewalk damaged or removed is to be removed to the next nearest expansion joint and replaced per the current City of SeaTac and Americans with Disabilities Act standards. 5 07/14/2021 Type ENG lE ALL R/W KEEP ROADWAY CLEAN Status The public Right-of-Way is to be kept clean and free of debris,construction material,and equipment at all times per the direction of the Public Works Inspector.No material or equipment is to be stockpiled or temporarily placed,parked or stored on any portion of Right-of-Way unless specifically approved in writing by the City of SeaTac Engineering Review Division. 6 07/14/2021 Type ENG IF ALL STATE AND CITY LICENSES Status All contractors and sub-contractors must have a current Washington state L&I contractor's registration number and have a current City of SeaTac business license. 7 07/14/2021 Type ENG I UTILITY CONTRACTOR BOND Status The contractor must name the City of SeaTac as additionally insured for insurance and bonding purposes. 8 07/14/2021 Type ENG 1M UTILITY PERMIT MAYBE REQUIRED Status Utility activity appearing in this permit may require an additional Class D ROW permit.Any utility work in the ROW requires a separate permit,submitted by and specific to the utility. 9 07/14/2021 Type ROW IF CUSTOM CONDITION Status THE DRILLING CONTRACTOR IS RESPONSIBLE FOR THE COLLECTION AND DISPOSAL OF CONTAMINATED SOILS THAT ARE UNCOVERED OR GENERATED BY THE DRILLING OPERATION. CLEAN UP AND DISPOSAL OF CONTAMINATED MATERIALS IS AT THE SOLE COST AND EXPENSE OF THE DRILLING CONTRACTOR OR PERMIT APPLICANT. (ARF) Uniformed Police Officer with Marked Vehicle Required (ARF) Grind and Overlay(Saw cutting)SMC 11.10.260 A.Cutting and/or excavation of a City roadway,alley,or access drive pavement is not permitted within the first five(5) years of construction or rehabilitation of the subject roadway,alley,or access drive pavement. A waiver to permit cutting and/or excavation of pavement within this five(5)year moratorium may be granted subject to approval by the Director of Public Works or designee.Approval of a waiver allows for the pavement be cut/excavated subject to the following restoration conditions: Multiple Conditions CRW's y TE S Permit#ROW21-0146 1.The cut/excavation is to be repaired as specified in the City of SeaTac Public Works Engineering Division current adopted standard pavement restoration detail. 2.In addition to subsection(A)(1)of this section,the existing pavement on either side of the cut/excavation repair shall be planed/milled down a minimum of two(2)inches throughout the full width of the pavement and for a minimum longitudinal distance of fifteen(15)feet in each direction,along roadway centerline.This area,which includes the cut/excavated repair area,shall then be overlaid with asphalt/concrete to transition to the adjacent existing pavement. 3.If the roadway,alley or access drive is constructed of concrete panels,the restoration shall include replacement of each panel disturbed by the work,to the nearest existing joint. B.Permanent restoration of the right-of-way shall be made by the permittee in strict accordance with the standards and specifications of the City.Permanent restoration may include overlays of portions of the right-of-way which have been disrupted by excavation work. C.The permittee shall guarantee conformance with the City's development standards and specifications as provided at SMC 11.10.170.Acceptance of any excavation work or right-of-way restoration shall not prevent the City from asserting a claim against the permittee and permittee's surety under the security device required by this chapter for incomplete or defective work,if such is discovered within the period of guarantee and maintenance.The presence of the Director,or designee,during the performance of any excavation work shall not relieve the permittee of any responsibility under this chapter.(Ord. 15-1014§ 1 (part):Ord.96-1022§3) (ARF) PCMS or other appropriate signage to be put in place 2 weeks prior to start of construction to give advance notice to commuters regarding upcoming construction on Military Rd S. Residences shall have access to their driveways at all times(Contractor to coordinate with Residences that may be impacted due to the Construction with ample notification) Coordination between Kent Sewer and Kent School District will be required to avoid constuction timing conflicts No Damages to the new sidewalks of the new elementary school(due to moratorium) Any damanges to new frontage improvements will need to be replaced in kind or better. 10 07/14/2021 Type ROW I MOST CLASS C/D ESC PRECON&INSPECTIONS Status ESC Pre-Construction Inspection Conference(Precon):After a building construction permit has been issued(if applicable)and prior to any clearing or grading activity on the site,the applicant shall call in and request a meeting with the city inspector. At the ESC Precon,the city inspector will outline the necessary erosion control measures and the ESC inspection process. Once the ESC Precon is complete,the contractor is only authorized to conduct the clearing and grading necessary to install the required ESC measures. Once initial erosion and sedimentation control measures have been installed,the applicant or the applicants agent must notify the city inspector and request that the site be inspected for compliance. At this time,the city inspector will check all required erosion control measures to ensure they are functioning properly. No other clearing or grading activity shall occur on-site until the initial erosion control inspection has been approved by the city inspector. Note that no footing or foundation inspections shall be approved until both the ESC Precon and the IESC inspections have been approved. Temporary Erosion Sedimentation Control TESC inspections shall occur during the remaining construction process,with the city inspector will conduct periodic site inspections to ensure ESC measures are being monitored and maintained on-site sufficiently to mitigate off-site impacts. 11 07/14/2021 Type ROW 1L R/W TEMPORARY PATCHES Status After backfill and compaction,an immediate hot mix patch is to be placed and maintained in a manner acceptable to the inspector. On asphalt pavement,a permanent hot mix patch the same thickness as the original asphalt or a minimum of 3 inches,whichever is the greater,is to be placed and sealed with a paving grade asphalt within 30 calendar days. Cement concrete pavement is to be restored with an 8-sack mix,using either type ii or type iii cement,within 30 calendar days per Multiple Conditions CI5 Y 7F M S Permit#ROW21-0146 the instructions of the Public Works Inspector. 12 07/14/2021 Type ROW I UTILITY&STORM R/W TRENCH BACKFILL Status Trench backfill is to be 100%crushed,except those trenches parallel to the Right-of-Way centerline that are greater than 100 ft.in length and those trenches that are outside paved or improved areas. The city will consider trenches greater than 100 ft.in length and areas under pavement and other Right-of-Way improvements on a case by case basis. Factors to consider include geotech reports and compaction testing under paved and improved areas,and potential future improvements outside existing improved areas. ........ ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... 13 07/14/2021 Type ROW 1N UTILITY&STORM R/W TRENCH COMPACTION Status Trench compaction is to be accomplished in either 1 foot lifts using a mechanical hand tamper or in 2 foot lifts using a hoe tamper. 14 07/14/2021 Type ROW 1Q TRAFFIC CONTROL-GENERAL Status All Traffic Control Plans(TCP)must be per the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD)and submitted to and approved by the City of SeaTac Engineering Review Division a minimum of 48 hours before the start of construction.The Contractor must inform those businesses and the neighbors impacted by the proposed TCP at least 72 hours(120 hours on any arterials)before implementing the traffic control plan.The Contractor is also responsible for informing the City of SeaTac Engineering Review Division of any lane closures or impact to signalized intersections a minimum of 48 hours before TCP implementation. Multiple Conditions CfiW'S y TF S Permit#ROW21-0146