Loading...
HomeMy WebLinkAboutPW08-150 - Original - Pivetta Brothers Construction - Upper Mill Creek Culvert Replacement - 04/23/2008 IS RecordsMenerni-e7% KENO Document W A S M I N O T O N CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed, if you have questions, please contact Mary Simmons, City Clerks Office. Vendor Name: Pivetta Brothers Construction, Inc. Contract Number: &)o ?- [ So This is assigned by Mary Simmons Vendor Number: Project Names: Upper Mill Creek Culvert Replacement at SE 264th Street Contract Effective Date: April 23, 2008 Contract Termination Date: 105 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Joe Fielding Department: Engineering Abstract: The project consists of replacing a box culvert in Upper Mill Creek, storm drain removal/replacement, water main, dewatering, temporary bike/pedestrian detour, asphalt paving, concrete sidewalk, concrete curb and gutter, rock walls channelization and restoration. ADCL7832 07/02 PUBLIC WORKS DEPARTMENT Larry R. Blanchard Public Works Director 400 West Gowe Kent, WA 98032 K E N T Fax: 253-856-6500 W A S H I N G T O N PHONE: 253-856-5500 iCITY OF KENT KING COUNTY, WASHINGTON jUpper Mill Creek Culvert Replacement at SE 264th Street Project Number: 07-3031 jADDENDUM No. 1 April 2, 2008 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the Ifollowing: ALL CHANGES ARE SHOWN IN ITALICS, BOLD AND/OR UNDERLINE I - BIDDER'S DOCUMENTS - REVISIONS OR MODIFICATIONS Page 11 - Schedule I - Storm REVISE 8.9% WA State Sales Tax to 9.0%. jPage 13 - Schedule II - Water REVISE 8.9% WA State Sales Tax to 9.0%. Page 14 - Schedule III - Street (North Side) REVISE 8.9% WA State Sales Tax to 9.0%. II - KENT SPECIAL PROVISIONS Page 1-22 - Section 1-07.6 - Permits and Licenses REVISE the third and fourth sentences in the first paragraph to read: 3 WA Sate Dept. of Fish & Wildlife - HPA IJ YA saFriple The HPA in Appendix A-4 identifies the expected provisions which the Contractor is required to follow. 3 3 MAYOR SUZETTE COOKE Page 9-3 - Section 9-03.22 - Streambed Gravel DELETE the first including paragraph ng the streambed gravel gradation requirements and ADD the following paragraph to the beginning of this section: Streambed Gravel as specified for this project shall consist of well-graded, rounded or sub-rounded rock mix conforming closely to the following size gradation by weight. <114 inch 5% 114 to 314 inch 15% 314 to 1 112 inches 30% 1 112 to 3 inches 30% 3 to 5 inches 20% III - APPENDICES Page A-4 - Permits REVISE from HPA fFeFn Feeent ^ et (S^MP1 E to HPA. IV - PLANS Reference Plan Sheet 4 of 8 ' REVISE Channel Rock Band location from 4-;-3 62, 44.84 R to 4+28.48, 32.00 R. Reference Plan Sheet 6 of 8 DELETE Streambed Gravel gradation table and REPLACE with: <114 inch 5010 114 to 314 inch 150/0 314 to 1 112 inches 30% I 1 112 to 3 inches 30% 3 to 5 inches 20% Reference Plan Sheet 7 of 8 REVISE Channel Rock Band Section A-A and Section B-B boulder height at elevation reference point from €L' to 10". END OF ADDENDUM No. 1 d� Ti La orte, P.E. 4at Deputy Public Works Director Attachments: HPA Permit (Appendix A-4) 2 - Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 M01 Creek Boulevard FISH and RCW 77 55 021-Appeal pursuant to Chapter 34 05 Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date: March 25, 2008 Control Number: 112500-1 Project Expiration Date- March 24,2013 FPA/Public Notice#: N/A I PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of Kent Engineering Department ATTENTION, Joseph Fielding 220 Fourth Avenue South Kent,WA 98032-5895 253-856-5518 1 Project Name: Upper Mill Creek Culvert Replacement at SE 264th Project Description: Replace two parallel concrete culverts with a bottomless aluminum box culvert and relocate existing utility conduits over the new culvert at Upper Mill Creek, located next to 10521 SE 264th St. PROVISIONS 1. Work below the ordinary high water line (OHWL) shall occur only between June 16 and September 30. 2. NOTIFICATION REQUIREMENT: The Area Habitat Biologist(AHB) listed below (e-mail to fisheldf@dfw.wa.gov) and the Enforcement Program officer (e-mail to krenzmkk@dfw.wa.gov) shall receive e-mail notification from the person to whom this Hydraulic Project Approval (HPA) is issued (permittee) no less than three working days prior to start of work, and again within seven days of completion of work to arrange for a compliance inspection. The notification shall include the permittee's name, project location, starting date for work or completion date of work, and the control number for this HPA. 3. Work shall be accomplished per plans and specifications approved by the Washington Department of Fish and Wildlife (WDFW) entitled, 'UPPER MILL CREEK CULVERT REPLACEMENT AT SE 264TH STREET' and "VEGETATION PLAN UPPER MILL CREEK I CULVERT REPLACEMENT SE 264TH ST", each dated PRELIMINARY March 21, 2008, and "CITY OF KENT- UPPER MILL CREEK WETLAND MITIGATION", dated January 2008, except as modified by this HPA. A copy of these plans shall be available on site during construction. 4. A temporary bypass to divert flow around the work area shall be in place prior to initiation of other work in the wetted perimeter. 5. A sandbag revetment or similar device shall be installed at the bypass inlet to divert the entire flow through the bypass. 6. A sandbag revetment or similar device shall be installed at the downstream end of the bypass to prevent backwater from entering the work area. i Page 1 of 6 i �. Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77 55.021-Appeal pursuant to Chapter 34 05 Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date* March 25,2008 Control Number: 112500-1 Project Expiration Date: March 24,2013 FPA/Public Notice#: N/A 7. The bypass shall be of sufficient size to pass all flows and debris for the duration of the project. 8. Prior to releasing the water flow to the project area, all instream work shall be completed. r9. Upon completion of the project, all material used in the temporary bypass shall be removed from the site and the site returned to preproject or improved conditions. 10. The permittee shall capture and safely move food fish, game fish, and other fish life from the job site. The permittee shall have fish capture and transportation equipment ready and on the job site. Captured fish shall be immediately and safely transferred to free-flowing water downstream of the project site. The permittee may request the WDFW assist in capturing and safely moving fish life from the job site to free-flowing water, and assistance may be granted if personnel are available. 11. Any device used for diverting water from a fish-bearing stream shall be equipped with a fish guard to prevent passage of fish into the diversion device pursuant to RCW 77.57.010 and 77.57.070. The pump intake shall be screened with 1/8-inch mesh to prevent fish from entering the system. The screened intake shall consist of a facility with enough surface area to ensure that the velocity through the screen is less than 0.4 feet per second. Screen maintenance shall be adequate to prevent injury or entrapment to juvenile fish and the screen shall remain in place whenever water is withdrawn from the stream through the pump intake. 12. The width between the culvert footings for a bottomless culvert shall be equal to or greater than the average width of the streambed. 13. Footings of the bottomless culvert shall be buried sufficiently deep so they will not become exposed by scour within the culvert. 14. The culvert shall be installed to maintain structural integrity to the 100-year peak flow with consideration of the debris likely to be encountered. 15. Fill associated with the culvert installation shall be protected from erosion to the 100-year peak flow. 16. The culvert shall be installed and maintained to avoid inlet scouring and to prevent erosion of stream banks downstream of the project. 17. The culvert facility shall be maintained by the City of Kent (City) per RCW 77.57.030 to ensure continued, unimpeded fish passage. If the structure becomes a hindrance to fish passage, the City shall be responsible for obtaining an HPA and providing prompt repair. Financial responsibility for maintenance and repairs shall be that of the City. 18. Disturbance of the streambed and banks and their associated vegetation shall be limited to that necessary to perform the project. Affected streambed and bank areas shall be restored to Page 2 of 6 1' Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77 55 021-Appeal pursuant to Chapter 34.05 Mill Creek,WA 98012-1296 `4. WILDLIFE (425)775-1311 Issue Date: March 25, 2008 Control Number: 112500-1 Project Expiration Date: March 24,2013 FPA/Public Notice#: N/A preproject or improved habitat configuration. Prior to December 31 of the year of culvert installation, the approved vegetation plan (Provision 3) shall be installed. Plantings shall be maintained as necessary for three years to ensure 80 percent or greater survival of each species or a contingency species approved by the AHB. 19. Equipment used for this project shall be free of external petroleum-based products while working around the stream. Accumulation of soils or debris shall be removed from the drive mechanisms (wheels, tires, tracks, etc.) and undercarriage of equipment prior to its working below the OHWL. Equipment shall be checked daily for leaks and any necessary repairs shall be completed prior to commencing work activities along the stream. t20. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or water quality problems develop (including equipment leaks or spills), immediate notification shall be imade to the Washington Emergency Management Division at 1-800-258-5990, and to the AHB. 21. Erosion control methods shall be used to prevent sift-laden water from entering the stream. These may include, but are not limited to, straw bales, filter fabric, temporary sediment ponds, check dams of pea gravel-filled burlap bags or other material, and/or immediate mulching of exposed areas. 22. Prior to starting work, the selected erosion control methods (Provision 21) shall be installed. Accumulated sediments shall be removed during the project and prior to removing the erosion control methods after completion of work. 23. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be deposited above the limits of floodwater in an approved upland disposal site. 1 24. Wastewater from project activities and water removed from within the work area shall be routed to an area landward of the OHWL to allow removal of fine sediment and other contaminants prior to being discharged to the stream or to wetlands associated with the stream. 25. If high flow conditions that may cause siltation are encountered during this project, work shall stop until the flow subsides. 26. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sediments, sediment-laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the stream or to wetlands associated with the stream. i 1 Page 3 of 6 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound ' Department of 16018 Mill Creek Boulevard FISH and RCW 77 55 021-Appeal pursuant to Chapter 34 05 Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 i Issue Date:March 25, 2008 Control Number: 112500-1 Project Expiration Date: March 24, 2013 FPA/Public Notice#: N/A PROJECT LOCATIONS Location#1 Upper Mill Creek Culvert Replacement WORK START: March 25, 2008 IWORK END: March 24, 2013 WRIA Waterbody Tributary to. 09.0015 Mill Creek (Kent) Spring Brook Creek 1/4 SEC Section Township- Range Latitude. Longitude County All 29 22 N 105 E IN 47.36528 W 122.20094 King Location#1 Driving Directions APPLY TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code, specifically Chapter 77.55 RCW(formerly RCW 77.20). Additional authorization from other public agencies may be necessary for this project. The person(s)to whom this Hydraulic Project Approval is issued is responsible for applying for and obtaining any additional authorization from other public agencies (local, state and/or federal)that may be necessary for this project. This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the person(s)to whom this Hydraulic Project Approval is issued and operator(s) performing the work. This Hydraulic Project Approval does not authorize trespass. The person(s)to whom this Hydraulic Project Approval is issued and operator(s) performing the work may be held liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this Hydraulic Project Approval. Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day and/or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment All Hydraulic Project Approvals issued pursuant to RCW 77.55.021 (EXCEPT agricultural irrigation, stock watering or bank stabilization projects)or 77.55.141 are subject to additional restrictions, conditions or revocation if the Department of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The person(s)to whom this Hydraulic Project Approval is issued has the right pursuant to Chapter 34.04 RCW to appeal such decisions. All agricultural irrigation, stock watering or bank stabilization Hydraulic Project Approvals issued pursuant to RCW 77.55.021 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the person(s)to whom this Hydraulic Project Approval is issued: PROVIDED HOWEVER,that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.301. APPEALS INFORMATION If you wish to appeal the issuance or denial of,or conditions provided in a Hydraulic Project Approval,there are informal and formal appeal processes available Page 4 of 6 t Washington HYDRAULIC PROJECT APPROVAL North Puget Sound J Department of 16018 Mill Creek Boulevard FISH and RCW 77 55 021-Appeal pursuant to Chapter 34 05 Mill Creek,WA 98012-1296 v�- WILDLIFE (425)775-1311 Issue Date. March 25, 2008 Control Number: 112500-1 Project Expiration Date: March 24,2013 FPA/Public Notice#: N/A A. INFORMAL APPEALS(WAC 220-110-340)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021, 77.55.141, 77.55 181, and 77.55.291: A person who is aggrieved or adversely affected by the following Department actions may request an informal review of: (A)The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval;or (B)An order imposing civil penalties. A request for an INFORMAL REVIEW shall be in WRITING to the Department of Fish and Wildlife HPA Appeals Coordinator,600 Capitol Way North, Olympia,Washington 98501-1091 and shall be RECEIVED by the Department within 30 days of the denial or issuance of a Hydraulic Project Approval or receipt of an order imposing civil penalties. If agreed to by the aggrieved parry,and the aggrieved party is the Hydraulic Project Approval applicant, resolution of the concerns will be facilitated through discussions with the Area Habitat Biologist and his/her supervisor. If resolution is not reached,or the aggrieved patty is not the Hydraulic Project Approval applicant, the Habitat Technical Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or his/her designee. If you are not satisfied with the results of this informal appeal, a formal appeal may be filed B. FORMAL APPEALS (WAC 220-110-350)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (EXCEPT agricultural irrigation,stock watering or bank stabilization projects)or 77.55.291: A person who is aggrieved or adversely affected by the following Department actions may request a formal review of: (A)The denial or issuance of a Hydraulic Project Approval,or the conditions or provisions made part of a Hydraulic Project Approval; (B)An order imposing civil penalties;or (C)Any other'agency action'for which an adjudicative proceeding is required under the Administrative Procedure Act, Chapter 34.05 RCW. A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife HPA Appeals Coordinator, shall be plainly labeled as'REQUEST FOR FORMAL APPEAL'and shall be RECEIVED DURING OFFICE HOURS by the Department at 600 Capitol Way North,Olympia, Washington 98501-1091,within 30-days of the Department action that is being challenged. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal,the deadline for requesting a formal appeal shall be within 30-days of the date of the Department's written decision in response to the informal appeal. C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (agricultural irrigation, stock watering or bank stabilization only),77.55.141,77.55.181,or 77.55.241: A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval,or the conditions or provisions made part of a Hydraulic Project Approval may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office,4224 Sixth Avenue SE, Building Two- Rowe Six, Lacey,Washington 98504;telephone 360/459-6327. D. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO CHAPTER 43.21 L RCW: A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval,or the conditions or provisions made part of a Hydraulic Project Approval may request a formal appeal. The FORMAL APPEAL shall be in accordance with the provisions of Chapter 43.21 L RCW and Chapter 199-08 WAC. The request for FORMAL APPEAL shall be in WRITING to the Environmental and Land Use Hearings Board at Environmental Hearings Office, Environmental and Land Use Hearings Board,4224 Sixth Avenue SE, Building Two-Rowe Six, P.O. Box 40903, Lacey,Washington 98504;telephone 360/459-6327. E FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS results in forfeiture of all appeal rights. If there is no timely request for an appeal, the department action shall be final and unappealable. Page 5 of 6 1 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound 1 Department of 16018 Mill Creek Boulevard FISH and RCW 77 55 021-Appeal pursuant to Chapter 34 05 Mill Creek,WA 98012-1296 ' WILDLIFE (425)775-1311 Issue Date: March 25,2008 Control Number: 112500-1 Project Expiration Date: March 24,2013 FPA/Public Notice#: N/A ENFORCEMENT: Sergeant Chandler (34) P2 Habitat Biologist a✓. for Director Larry Fisher 425-313-5683 WDFW CC: 1 Page 6 of 6 � TAB INDEX ' Tab 1 Bidder's Package ' Tab 2 Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Details ' Tab 6 WSDOT Standard Plans Tab 7 Geotechnical Report Tab 8 Permits Tab 9 Detour Plan Tab 10 New Water Main Connection Procedures Tab 11 Ground Cover Fabric Tab 12 Prevailing Wage Rates 1 CITY OF KENT ' KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Upper Mill Creek Culvert Replacement at SE 264th Street Project Number: 07-3031 BIDS ACCEPTED UNTIL BID OPENING April 8, 2008 April 8, 2008 9:45 A.M. 10:00 A.M. 1 DELIVER TO CITY OF KENT, CITY HALL ' LARRY R. BLANCHARD DIRECTOR OF PUBLIC WORKS r �O^ R 37912 FCISTO S�ONAL EN � EXPIRES 6/29/�B 1 KENT W A S H I N G T 0 N BIDDER'S NAME Pivetta Brothers Construction, Inc CITY OF KENT KING COUNTY,WASHINGTON BIDDER'S DOCUMENTS FOR ' Upper Mill Creek Culvert Replacement at SE 264th Street Project Number:ect - 1 o� be 07 303 ' BIDS ACCEPTED UNTIL BID OPENING April 8, 2007 April 8, 2007 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 1 LARRY R. BLANCHARD DIRECTOR OF PUBLIC WORKS 4' ^A�ei KENT ' W A S H I N G T 0 N r ORDER OF CONTENTS ' Call for Bids Contractor Compliance Statement Declaration—City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2—Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement ' Proposal City of Kent Subcontractor List(over$100K) Subcontractor List(over$1 million) Contractor's Qualification Statement rProposal Signature Page ' Bid Bond Form Combined Affidavit&Certification Form Non-Collusion, Minimum Wage (Non-Federal Aid) Bidders Check List Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Details WSDOT Standard Plans Geotechnical Report Permits Detour Plan New Water Main Connection Procedures Ground Cover Fabric Prevailing Wage Rates i 1 ORDER OF CONTENTS FOR BID PACKAGE ' Call for Bids 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 ' (to be completed AFTER COMPLETION) Proposal ' City of Kent Subcontractor List(over$100K) Subcontractor List(over$1 million) ' Contractor's Qualification Statement ' Proposal Signature Page Bid Bond Form ' Combined Affidavit&Certification Form: ' Non-Collusion, Minimum Wage(Non Federal Aid) Bidders Check List r CALL FOR BIDS Notice is hereby given that the City of Kent, Washington,will receive sealed bids at the City Clerk's office through April 8, 2008 up to 9:45 a.m, as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South,Kent,Washington. All bids must be properly marked and sealed in accordance ' with this "Call for Bids". Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 10:00 a.m. for the City of Kent project named as follows: rUpper Mill Creek Culvert Replacement at SE 264th Street Project Number: 07-3031 The project consists of removal and disposal of a 24" and 30"dia. CMP culvert which will be replaced with a 12'-7" x 5'-2"x 60 LF three-sided corrugated aluminum box culvert(HS-25 loading) in Upper Mill Creek on SE 264th Street. The work includes coordination with culvert manufacturers to provide timely stamped shop drawings, fabrication and supply of the box culvert. A maximum of 20 working days for the temporary road closure will be allowed to install the box culvert during the HPA fish window. A temporary creek bypass system and fish capture by a fisheries biologist is required. The project also includes storm drain removal/replacement, 220 LF of 10"D.I. CL 52 water Main with 33 ' LF in a 18" O.D. steel casing pipe, dewatering, temporary bike/pedestrian detour, asphalt paving, concrete sidewalk, concrete curb and gutter, rock walls channelization and restoration. The Engineer's estimated range for this project is approximately$350,000 - $450,000. Bid documents may be obtained by contacting City of Kent Engineering Department,Nancy Yoshitake at(253) 856-5508. For technical questions,please call Joe Fielding at(253) 856-5518. 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 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. Copies of the plans and Special Provisions may be purchased at a non-refundable cost of$50.00 for each set. Plans and specifications can also be downloaded at no charge at www.ci.kent.wa.us/procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check,postal money order or surety bond in the amount of 5%of the bid is required. rThe City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and ' responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of six (60) days after the day of bid opening. Dated this 20th day of March , 2008. BY: ' Brenda Jacober, City Clerk Published in Kent Reporter on March 26th and April 2nd, 2008 Daily Journal of Commerce on March 26th and April 2nd, 2008 r CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order#11246) 4-8-08 Date This statement relates to a proposed contract with the City of Kent named Upper Mill Creek Culvert Replacement at SE 264th Street Project Number: 07-3031 I am the undersigned bidder or prospective contractor. I represent that- g P p P I X have, have not, participated in a previous contract or subcontract subject to the President's Executive Order#11246(regarding equal employment opportunity)or a preceding similar Executive Order. Pivetta Brothers Cosntruction, Inc. NAME OF BIDDER BY: Aignatu/elThAfe- ?C ' Mark Pivetta, President PO Box 370 Sumner, WA 98390 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Upper Mill Creek Culvert Replacement/Fielding 1 March 20,2008 Project Number 07-3031 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. Dated this 8 day of April , 2008. By: For: Pivetta Brothers Cosntruction, Inc. Title: President Date: 4-8-08 Upper Mill Creek Culvert Replacement/Fielding 2 March 20,2008 Project Number 01-3031 = 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. Upper Mill Creek Culvert Replacement/Fielding 3 March 20,2008 Project Number 07-3031 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 Pivetta Brothers Construction, INc. Company, hereby acknowledge and declare that the before-mentioned company was the prime contract for the contract known as Upper Mill Creek Culvert Replacement at SE 264th Street/Project Number: 07-3031 that was entered into on the(Date) , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. Dated this 8th day of April , 2008. By: ai�4 &�& For: Pivetta Brothers Construction, Inc. Title: President Date: 4-8-08 Upper Mill Creek Culvert Replacement/Fielding 4 March 20,2008 Project Number 07-3031 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 LThe undersigned hereby certifies that Pivetta Brothers Cosntruction, Inc. has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named Upper Mill Creek Culvert Replacement at SE 264th Street/Project Number: 07-3031 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 documents, 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. Show unit prices in both words and figures and,where conflict occurs,the written or typed words shall prevail. 4) Should a particular bid item appear in more than one schedule of the proposal,the bidder must bid the same unit price. Should the Contractor not bid the same unit price,the City reserves the right to revise the bid by using the lowest unit price submitted by the bidder for the item in question in each schedule where the item appears. The bid items which appear in more than one schedule are typically denoted with an asterisk(*). EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Fourteen Dollars and no cents Any bids not filled out properly may be considered non-responsive. Upper Mill Creek Culvert Replacement/Fielding 5 March 20,2008 Project Number 07-3031 SCHEDULEI - STORM ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ 14,942.00$ 14,942.00 WSDOT LUMP SUM Per LS Fourteen thousand nine hundred forty two & 00/100 1005 2-02.5 20 Remove Existing Cement $ 15.00$ 300.00 KSP SQ YDS Concrete Sidewalk Per SY Fifteen & 00/100 1010 2-02.5 35 Remove Existing 26"HDPE $ 300.00$ 10,500.00 KSP LN FT Metro Force Main Per LF Three hundred & 00/100 1015 2-02.5 30 Remove Cement Concrete Curb $ 9.00$ 270.00 KSP LN FT and Gutter Per LF Nine & 00/100 1020 2-02.5 1 Remove and Relocate Existing $ 545.00$ 545.00 KSP EACH Catch Basin or Manhole Per EA Five hundred forty five & 00/100 136,736.00 136,736.00 1025 7-03.5 1 Procure and Install Corrugated Aluminum $ $ KSP LUMP SUM Box Culvert 12'-7"Span x Per LS 5'-2"Rise,60 LF One hundred thirty six thousand seven hundred thirty six & 00/100 00 1030* 2-02.5 80 Saw Cut Existing Asphalt $ 6. $ 480.00 KSP LN FT Concrete Pavement Per LF Six & 00/100 * 1.00 2,500.00 1035 2-09.5 2,500 Shoring or Extra Excavation $ $ WSDOT SQ FT Class B Per SF One & 00/100 1040 2-09.5 1 Excavate and Support Two $ 125.00$ 125.00 KSP LUMP SUM Existing Qwest Buried Conduits Per LS One hundred twenty five & 00/100 Upper Mill Creek Culvert Replacement/Fielding 6 March 20,2008 Project Number. 07-3031 SCHEDULE I- STORM ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1045* 7-08.5 900 Bank Run Gravel for Trench $ 10.00 $ 9,000.00 KSP TONS Backfill Per TON Ten & 00/100 1050* 4-04.5 35 Crushed Surfacing Top Course, $ 10.00 $ 350.00 KSP TONS 5/8"Minus Per TON Ten & 00/100 1055* 4-04.5 90 Crushed Surfacing Base Course, $ 10.00 $ 900.00 KSP TONS 1 1/4"Minus Per TON Ten & 00/100 1060* 5-04.5 50 HMA Class 3/4", PG 64-22 $ 162.00 $ 8,100.00 KSP TONS Per TON One hudnred sixty two & 00/100 1065* 5-04.5 25 Cold Plant Mix for Temporary $ 100.00 $ 2,500.00 KSP TONS Pavement Patch Per TON One hundred & 00/100 1070* 8-14.5 40 Cement Concrete Sidewalk $ 50.75 $ 2,030.00 KSP SQ YDS Per SY IFifty & 75/100 1075* 8-04.5 60 Cement Concrete Curb and Gutter $ 25.00 $ 1,500.00 KSP LN FT Per LF Twenty five & 00/100 1080 8-12.5 400 Temporary 6' High Chain Link $ 5.00 $ 2,000.00 KSP LN FT Fence Per LF Five & 00/100 1085 8-01.5 115 Ground Cover Fabric $ 6.00 $ 690.00 KSP SQ YDS Per SY Six & 00/100 Upper Mill Creek Culvert Replacement/Fielding 7 March 20,2008 Project Number 07-3031 S SCHEDULE I- STORM ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1090 1-10.5 1 Temporary Bike/Pedestrian Detour $ 1,982.0% 1,982.00 KSP LUMP SUM Per LS One thousand nine hundred eighty two & 00/100 1095 8-12.5 90 4' High Green Vinyl Coated Chain $ 40.0% 3,600.00 KSP LN FT Link Fence Per LF Forty & 00/100 1100 2-15.5 125 Construction Geotextile for 3.OJ 375.00 WSDOT SQ YDS Separation,Nonwoven Per SY Three & 00/100 505.00 505.00 1105 8.33.5 1 Project Sign $ $ KSP EACH Per EA Five hundred five & 00/100 1,730.00 1,730.00 1110 7-05.5 1 Catch Basin,Type 2, $ $ KSP EACH 48"Diameter Per EA One thousand seven hundred thirty & 00/100 35.00 595.00 1115 7-04.5 17 Ductile Iron Storm Sewer Pipe, $ $ KSP LN FT 12"Diameter, CL 50 Per LF Thirty five & 00/100 1120 7-04.5 27 Ductile Iron Storm Sewer Pipe, $ 71.0 1 ,917.00 KSP LN FT 18"Diameter, CL 50 Per LF Seventy one & 00/100 254.00 254.00 1125 7-05.5 1 24"x 6"Locking Manhole $ $ KSP EACH Frame and Cover Per EA Two hundred fifty four & 00/100 1130* 8-02.5 35 Sod Installation $ 12.00$ 420.00 WSDOT SQ YDS Per SY Twelve & 00/100 Upper Mill Creek Culvert Replacement/Fielding 8 March 20,2008 Project Number 07-3031 SCHEDULE I - STORM ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1135 8-01.5 170 Silt Fence $ 7.00 $ 1 ,190.00 KSP LN FT Per LF Seven & 00/100 1140 8-01.5 2 Straw Bale Ditch Sediment Dam $ 171.00 $ 342.00 KSP EACH Per EA One hundred seventy one & 00/100 1145 8-01.5 80 Street Cleaning $ 25.00 $ 2,000.00 KSP HOURS Per HR Twenty five & 00/100 1150 8-36.5 15 Channel Rock Band $ 50.00 $ 750.00 KSP TONS Per TON Fifty & 00/100 1155 8-36.5 6 Culvert Rock Band $ 50.00 $ 300.00 KSP TONS Per TON Fifty & 00/100 1160* 7-08.5 15 Foundation Material, $ 50.00 $ 750.00 KSP TONS Class A and B Per TON Fifty & 00/100 �Peaz lo°D 1165* 7-08.5 25 Pipe Zone Bedding $ 50.00 $ 1,250.00 KSP TONS Per TON Fifty & 00/100 JIGS -4,�peLac - = #AD _- - 00—� -- 1170 8-01.5 140 Hand Applied Straw Mulch $ 2. $ 280.00 KSP SQ YDS Per SY Two & 00/100 1175 8-36.5 15 12" - 18"Round Boulders for $ 51.00 $ 765.00 KSP TONS Box Culvert Per TON Fifty one & 00/100 Upper Mill Creek Culvert Replacement/Fielding 9 March 20,2008 Project Number 07-3031 SCHEDULE I- STORM ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1180* 8-02.5 10 Topsoil, Type A $ 60.00 $ 600.00 KSP CU YDS Per CY Sixty & 00/100 1185 8-15.5 70 Streambed Gravel $ 51.00 $ 3,570.00 KSP TONS Per TON Fifty one & 00/100 1190 1-10.5 320 Traffic Control Labor $ 32.OQ 10,240.00$ KSP HOURS Per HR Thirty two & 00/100 1195 1-10.5 200 Construction Signs Class A $ 23.00 $ 4,600.00 KSP SQ FT Per SF Twenty three & 00/100 1200 1-10.5 120 Traffic Control Supervisor $ 32.00) $ 3,840.00 KSP HOURS Per HR Thirty two & 00/100 1205 1-10.5 1 Temporary Traffic Control $ 2,768.00 $ 2,768.00 KSP LUMP SUM Devices Per LS Two thousand seven hudnred sixty eight & 00/100 1207 1-10.5 14 Portable Changeable Message $ 96.00 $ 1,344.00 KSP DAYS Sign(PCMS) Per DAY Ninety six & 00/100 00. 1210 1-10.5 6 Type III Barricade $ 319 $ 1914.00 KSP EACH Per EA Three hudnred nineteen & 00/100 1215* 8-01.5 2 Inlet Protection $ 90.00 $ 180.00 KSP EACH Per EA Ninety & 00/100 Upper Mill Creek Culvert Re lacement/Fieldin 10 March 20 2008 PP P B Project Number 07-3031 SCHEDULE I - STORM ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1220 7-00.1(5) 1 Dewatering System $10,000.00* $10,000.00 KSP FORCE Per FA ACCOUNT *Common price to all bidders 1225 7-00.1(5) 1 Stormwater Tanker Truck $3,000.00* $3,000.00 KSP FORCE Per FA ACCOUNT *Common price to all bidders 1230 7-00.1(5) 1 Temporary Creek Bypass $ 6,500.00 $ 6,500.00 KSP LUMP SUM Per LS Six thousand five hundred & 00/100 1235 7-00.1(5) 1 Supplemental Creek Bypass $5,000.00* $5,000.00 KSP FORCE Pumping Per FA ACCOUNT *Common price to all bidders 1240 2-09.5 25 Controlled Density Fill $ 213.00 $ 5,325.00 KSP CU YDS Per CY Two hundred thirteen & 00/100 1245 8-24.5 40 Rock for Rock Wall $ 150.00 $ 6,000.00 KSP TONS Per TON One hudnred fifty & 00/100 Sub Total 277,354.00 -4-4°D 24,961,86 ,alb e` 9`D '% WA State Sales Tax $ Schedule I Total $ 302,3f5.S6 �� 5:p � Upper Mill Creek Culvert Replacement/Fielding 11 March 20,2008 Project Number 07-3031 SCHEDULE II-WATER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2000 7-09.5 2 10"Connection to Existing $ 975.00 $ 1,914.00 KSP EACH Water Main Per EA Nine hundred fifty seven & 00/100 2005 7-09.5 220 10"Diameter Ductile Iron, CL 52 $ 49.00 $ 10,780.00 KSP LN FT Water Main Pipe Per LF Forty nine & 00/100 2010 7-12.5 2 10 Gate Valve, MJ x FL or $ 2,005.00 $ 4,010.00 KSP EACH MJ x MJ or FL x FL Per EA Two thousand five & 00/100 2015 7-09.5 33 18"O.D., 0.25"Thick Steel $ 174.00 $ 5,742.00 KSP LN FT Casing Pipe Per LF One hundred seventy four & 00/100 2020* 2-09.5 900 Shoring or Extra Excavation $ 1.00 $ 900.00 WSDOT SQ FT Class B Per SF One & 00/100 2025* 2-02.5 225 Saw Cut Existing Asphalt $ 6.00 $ 1 ,350.00 KSP LN FT Pavement Per LF Six & 00/100 2030* 7-09.5 60 Foundation Material, $ 10.00$ 600.00 KSP TONS Class A and B for Water Main Per TON Ten & 00/100 10.00 850.00 2035* 7-09.5 85 Pipe Zone Bedding for $ $ KSP TONS Water Main Per TON Ten & 00/100 2040* 7-09.5 130 Bank Run Gravel for Trench $ 10.00 $ 1,300.00 KSP TONS Backfill for Water Main Per TON Ten & 00/100 Upper Mill Creek Culvert Replacement/Fielding 12 March 20,2008 Project Number 07-3031 SCHEDULE II - WATER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2045 7-12.5 1 2"Air Release Valve with $ 4,447.00 $ 4,447.00 KSP EACH Chamber Per EA Four thousand four hundred forty seven & 00/100 2050 7-09.5 1 Abandon Existing 10"Diameter $ 482.00 $ 482.00 KSP LUMP SUM Water Main Per LS Four hundred eighty two & 00/100 * 90.00 90.00 2055 8-01.5 1 Inlet Protection $ $ KSP EACH Per EA Ninety & 00/100 2060* 5-04.5 40 HMA Class 3/4", PG 64-22 for $ 162.00 $ 6,480.00 KSP TONS Water Main Per TON One hundred sixty two & 00/100 2065* 4-04.5 25 Crushed Surfacing Top Course, $ 10.00 $ 250.00 KSP TONS 5/8"Minus for Water Main Per TON Ten & 00/100 2070* 4-04.5 70 Crushed Surfacing Base Course, $ 10.00 $ 700.00 KSP TONS 1 1/4"Minus for Water Main Per TON Ten & 00/100 2075* 5-04.5 20 Cold Plant Mix for Temporary $ 100.00 $ 2,000.00 KSP TONS Pavement Patch for Water Main Per TON One hundred & 00/100 Sub Total $ 41,895.00 q•v 0 WA State Sales Tax $ 3,770.00 Schedule II Total $ 45,665.55 l 1 March 20 2008 Upper Mill Creek Culvert ReplacemendF a dmg 3 , Project Number 07-3031 SCHEDULE III—STREET(NORTH SIDE) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3000* 8-14.5 60 Cement Concrete Sidewalk $ 50.75 $ 3,045.00 KSP SQ YDS Per SY Fifty & 75/100 3005* 8-04.5 95 Cement Concrete Curb and Gutter $ 25.00 $ 2,375.00 KSP LN FT Per LF Twenty five & 00/100 * 10.00 100.00 3010 4-04.5 10 Crushed Surfacing Top Course, $ $ KSP TONS 5/8"Minus Per TON Ten & 00/100 3015* 8-02.5 10 Topsoil, Type A $ 60.00 $ 600.00 KSP CU YDS Per CY Sixty & 00/100 3020* 8-02.5 60 Sod Installation $ 12.00 $ 720.00 WSDOT SQ YDS Per SY Twelve & 00/100 Sub Total $ 6,840.00 D WA State Sales Tax $ 615.60 Schedule III Total $ 7,455.60 Upper Mill Creek Culvert Re lacement/Fieldin 14 March 20 2008 PP P g Project Number 07-3031 BID SUMMARY Schedule I 302,315.86 � 5�► 45,665.55 Schedule II 7,455.60 Schedule III 01 437, . � � TOTAL BID AMOUNT 355 363,!�3 0) Upper Mill Creek Culvert Replacement/Fielding 15 March 20,2008 Project Number 07-3031 CITY OF KENT SUBCONTRACTOR LIST (Contracts over$100,000) List each subcontractor, from any tier of subcontractors,that shall perform subcontract work amounting to more than 10%of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work,indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: Upper Mill Creek Culvert Replacement at SE 264th Street Project Number: 07-3031 Subcontractor Name / ~ a (d,' Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers IJ --,a/ CONTRACTORS SIGNATURE Upper Mill Creek Culvert Replacement/Fielding 16 March 20,2008 Project Number 07-3031 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Pivetta Brothers Construction, Inc. Project Name: Upper Mill Creek Culvert Replacement at SE 264th Street Project Number: 07-3031 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract,will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing;and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid,the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and,therefore, void. Heating,Ventilation, and Air Conditioning Subcontractor Name: AJ Plumbing Subcontractor Name: Electrical Subcontractor Name: 4-8-08 S nature of idder Mark Pivetta Date i Upper Mill Creek Culvert Replacement/Fielding 17 March 20,2008 Project Number 07-3031 _ CONTRACTOR'S QUALIFICATION STATEMENT COMPLETE AND SIGN THIS FORMAS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORMMAYRESULT INA DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: Mark Pivetta, Pivetta Brothers Construction, Inc. ADDRESS: PO Box 370 Sumner, WA 98390 PRINCIPAL OFFICE: 1812 Pease Avenue ADDRESS: Sumner, WA 98390 PHONE: 253-862-7890 FAX: 253-470-5008 1. ORGANIZATION 1.1 How many years has your organization been in business as a Contractor? 29 years 1.2 How many years has your organization been in business under its present business name? 29 years 1.2.1 Und—what other or former names has your organization operated? N/B' 1.3 If your organization is a corporation, answer the following: 1.3.1 Date of incorporation: 1979 1.3.2 State of incorporation: Washington 1.3.3 President's name: Mark Pivetta 1.3.4 Vice-president's name(s): Wally Clayton 1.3.5 Secretary's name: Mark Pivetta 1.3.6 Treasurer's name: Mark Pivetta Upper Mill Creek Culvert Replacement/Fielding 18 March 20,2008 Project Number 07-3031 1.4 If your organization is a partnership, answer the following: 1.4.1 Date of organization: 1.4.2 Type of partnership(if applicable): 1.4.3 Name(s)of general partner(s): 1.5 If your organization is individually owned, answer the following: 1.5.1 Date of organization: 1.5.2 Name of owner: 1.6 If the form of your organization is other than those listed above, describe it and name the principals: 2. LICENSING 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 2.2 List jurisdictions in which your organization's partnership or trade name is filed. 3. EXPERIENCE 3.1 List the categories of work that your organization normally performs with its own forces. 3.2 Claims and Suits. (If the answer to any of the questions below is yes,please attach details.) 3.2.1 Has your organization ever failed to complete any work awarded to it? 3.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 3.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 3.3 Within the last five years,has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract?(If the answer is yes, please attach details.) 3.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 3.4.1 State total worth of work in progress and under contract: Upper Mill Creek Culvert Replacement/Fielding 19 March 20,2008 Project Number 07-3031 3.5 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. 3.5.1 State average annual amount of construction work performed during the past five years: 3.6 On a separate sheet, list the construction experience and present commitments of the 1 key individuals of your organization. i3.7 On a separate sheet, list your major equipment. • 4. REFERENCES 4.1 Trade References: Please see attached 4.2 Bank References: 4.3 Surety: 4.3.1 Name of bonding company: 4.3.2 Name and address of agent: 5. FINANCING 5.1 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. j5.1.1 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); Upper Mill Creek Culvert Replacement/Fieldmg 20 March 20,2008 Project Number 07-3031 Other Liabilities(e.g.,capital,capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 5.1.2 Name and address of firm preparing attached financial statement, and date thereof 5.1.3 Is the attached financial statement for the identical organization named on page one? 5.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided(e.g., parent-subsidiary). 5.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 6. SIGNATURE $6.1 Dated at this day of April , 2008. Name of Organization: Corporation By: Title: President Mark Pivetta 6.2 ,being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this 8 day of April a • Notary Public: ,•� CS My Commission Expires: 03-10-09 3 C w � I� i Upper Mill Creek Culvert Re lacement/Fieldin 21 March 20 2008 PP P g Project Number 07-3031 W W fn fn fn to nW W WO W W W W W W W W w �a LoLo EOw 0 § 888080a08 � cr agg gg Cn 't g a -TOWE Wop Lo 000000000p00ww wnrgw � � rrM � � � � 04 Coll J � o0 W J J � J J J J JJ N ) 0 NN N0 N N NN N N N 0 } J J0.� §WWW W000o00000000 0 0 a. an. aa aUUaaUUUUaUUUUvv U U z z z z z z zz z n N0 �i00o �i000000000 00000b', (=! O=! �i0S000000000 � 0000gO0000 $00 J M W W to�pp et O t Np 0 M tc'o0 3 0 .M- O � 0 0 O I� R c+^�N 0 N O N N O N N O a n N N T N N 0 M OMD N ONl Co Q MHO V NO V N_M ON � ONOP OMOo �OV M� �.- OD � 000O �00 f0rO V d' � r W 00 D7�Q) O) NM� > OO �v OO r-Mv CO0 f2 07 0U) �' �V h�,O 0. aI�OI� Otp ��pp Tf�cp �I�f�aO� NN f�N�p 00D NNMNO) NMOQ) fO vcoN 00 CMMNN NN ONO My �NMN0N In �� '7 N D) N `a�i�1n M OMi T0 � f010 LU O O N M O t0 O aM M M M 00 aD O Q1 N V M O f0'� O O f�O O O W O N a)01 OD O M M ch O d' O O Of fopp N O OI� M In Oti] O N N O N W 7I� rMof� � Od' np M V N0 O� C Z V' NMNf- � � rr � � 1p� OtpO � O N 0p NO 1{� C NN N000 M h O (Qc4 N In tN� N & W LL7 N M f fs1 O{� 01 Of h (Q In fW� M�Q lC lC1 t4 I� f� M o 1� OQ lMfr V7 M O cM0 O M b � M M CD LL5 O c� f� N I� I� h c�A f� 1� 1� f0 LL�l e� fS fb e- UQ Cn °q� O M o M M � V' N �MQ O N N W aD ���LLLSSS °�jQ 1�aD N LL� a LL) h �OQ f, N �Q In a M l0 t0 fb O M M 10�0l���� c�'7 M c� d fb 1C��� 1n M ct��'� ��p c� c� Ih M M Mcg tb 0 M M f0 O fp0 CO t0 M N dN' N N M N N N N N N N PO'7 N N N a N N N N M M N N N N VN N N N N N N N N N N N N N M N N N N N G Y. Y Y } g W Z m S } W 00 g U ¢ 2QS <nfnO W Z wC7 (9 W W W 00 W Z � W L U' U' O Y � W w W�nW � y W W W OZSrjw wCw7 � z � = Qp ' � WozLLWLLM � - 3 ¢ rz_ z_ � W � �WJJ 'a'�0w� a w � aw � g �z0 U Z ¢U6J OKpJwJ W m > Q � JI L m W0 Yw a0 YY a ()UµW Q W w Z g S W a U W° < ° ¢ > U U =Z=) S w t 2 =W(7 = 0 Y Y W = S 5 5 w 2 y w w U U z aw ° � zzazU ¢ LLzm �moq oo � wzzz�n � � UF�w ¢ saU } ¢ 3Q w0 � �� ¢ 0 wJ > � o � �ttr�jjo0W2W � Ja zz } aoo ��� ooW ~ FW- Q 0W 00 �aMa�a �umwa � ��oo U y000 � 0tnJmwLY -n2mU gga4a000m9 mmm (nv) Ymmc�mMUm00am � ' 51HUm z z 00 UU Z Z 00 U U M J J LL, Q H OWW ZZW FF W W 000 !n � > �zgz`nW > p > `n(� ziz WnWW � � � qa H � Fztzw 2W > W rz 0F 0 O O O �Z � g FZ O w z > W W 2 > °W 2HW0 w � - - -W W 'i 1 2 Z � W H W m OZ W WU It OagwOP2wawa 20¢ < < < 22r 0, , W (W,� Ogg w0 L W ~ ¢— � � HSzO& 9 W OM W > azzO0UXcx¢iXUUc) 0z �> as a �0 � O �YgzNz 5� gg W WUW55xWQ(Qw7 O— OR2_ ZF- m W W O W OO � atS W W W g5 �O —J ww W ZQailma' W 7 o gL .aL �UCLgzZZ Wagc~iwgZMW < a < a « J ww9 < ziaa < JZ � w (Qj0 < wwg ^� � � pww - � Ha' W - U' � 0 - � I-I- - SC9 U' C7mmOF � � C7� F0 ODUNF- may mO U' 0 LLS � 00 Q cn F �n W U W <n fn W z Z z m m Cl) _ Z v) W W W Cacn � (9 � w _ > - �- wws » - > gd� �ti � `�'"' W � o wWwww �a' Jc9 0 aa0 00o a 3 0 a 0 w wa }a} zgwwF. o - Oq� cc 0S � oU ¢ � ¢ � w = » > »� p} �0�> � � � o o �Zj moo F- v¢ia W? moaF- Mou)ROMMM20U' U0' mU' 0MUSia �Y 000 Ua2S Co CO) � aO000 Cl)0t)Cl)U) U Z = v> WU w Cl) U 0 w x a.1O ¢ ¢ J a H > > LU to w O _1 �- N N Cl) � rzw m > 0 W} M M w _ V Zit0F. a ¢ � I- I- H W x M < ¢ ¢ z WW �� m < ¢ W y av~iu~i k gic�i� Ww xYtq m = z a 3 3 W - Wo wazo � Cl)� � a oaa moo m Ug 0za 0 0 OC ¢ � 00 z � � wIWwJO � J � wmv� OL � 9 OJJ WO� � � - _j d J J J J W Ix Co Z J J J O So rU 0 ¢ � wzwz � � U � ¢ UZzwz Uocaao¢ aW � ""11 � } � � �wk �x �¢ m Oy ZQw Zagom ¢ ¢ } o �- ZW S z D W >22 Z ¢m O WF O— �wW �wOa�ugF > >)Uw �a0g? OOg001Q- > 70U���� w30uQJ0ug� S � Q U' N » g � aYLL (nLLfnmfn 7a m n a WE0. 50mmY J < U)0. C*) ( ma a' LL LL W I- LL U U U LL V LL LL O O F LL LL LL LL LL LL LL LL LL a LL z }3 W W LU w OODU - O 0000o0O.O° } > J ¢ SO °jzzozw 0 LLOwW0000 »o 000a }tooYtoo a n: a OYY � wC� V V °a ctic~—i =�mmC7°a� maC9mU (tjT V» wu UU�V 4 W � 't c) M M M M M c) M M M M N N N N N N N N N O O O 0) O M M M M M 44 O O O O O O O O O pp pp O O O O O O O O pp O O O pp O O O O O O O O O pp pp O pp O M O M M M M M LLL w N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N m F, F, F, } J a 2 o LU000 0 0 � � 000000M000000g0000000 � 000000000 0 00 oog0 J co O Ln Ln M M M M M O a0 C Oi C Ln c+i V r r O A �dy' MOO d' Ln MN ppOppD f` M O M 00 M MO ON F � M MM N to 0 NM rN O N O M M N OD Cl) LC) O N M po 00 p O f0 O CO O In O OM O Lq r O NOoc N N N O c0 M (0NN Ln N O r O Cl) Lc) Ln O I-- r M M Lf) O v M O WMD 00 OJ N c0 A O f\ w LC) w N M 00 OM M VMM MM M N h Cr) N L M M W O` Mn NM Cl) C) 'ct N OD N 1 wa fLt•Q� MLh MO MOLO u/ cLff) Qch 1, M OLO N� M QCQ M O f0 f- O OMcO�Q _� cMLn� M�LLNlQ�'1 MfffcOMhhh�Q NMLfLf��Q�7 NMtLLI�t�� - M7NOQ cMLLW�� Na tO O NMLn 1n Cl) ce) O L7 N (0 (0 O O O M M If) M 0 Cp�NO0 CD M N N n Ln nN Cl) CO O ID (O 00 M 0)O LO MM OMN O � PN0NLc) Olf) 0 N N NNN N N N NLL NNM ON N NO OP NN MN N N N pOf0tiVpp0� NNf�,Oajy�Jpj, MOpQfOCdVOpDJ OMNl0d�0M0f dOCO(o00MOOO N O N VO0lf W J w W D Q Z S Z mQ ° m m m m ° O F- W y�j QZ Z W Y W F- W W O U J Z J J W J W Y W W Wrj� m J F W F � i - zdZLu2YLL� jUpg OtnYJ JWgtn2f/0� It W, Ulj � W JJzLLI O aQ� _O Q� Q U C7Qz2 � � UU ° LLI -J WZ � aaQm W zWZZ � = N � Z W HI- Z � � � w W N2 2 2 2 Q Z S Q Z J O cn W J ? m ° z LL 3 g -i D W O W W w 7 Q m m Z _U x <nW � W WUJ � m W kk mW�iH,� 2 F- F' ° aamm ::) = } } y W aa. Ua. w Q. LU -i m It o C� o cn m LE,U. Ir 0 LL U) Y a ¢ J 4a o a 0 � � a 2 o Y m V V Y a a g �z a m a a a z w w � Q $ U Z W O a F N U SO to W x ° � Uwwmww = z -icn fn y W O '�;' U � O ° � x � s w mz z C7 m - w C Cn � > z > aZ w O W W z O } CO U � Z O OwO - 0 FS- w w la- m ~ m L Z wfn yz -jzww zzc� coi � w � (1)W m o zfnv� F� wU o J MWM � O 3 z � Jui W F- - cn W �_ W ri a O U W W F Wz W � mH � ah � OZZ a } WRW' � W a a zz Ja SLL LL a > F- > a W `t a � W � W ~ Z Jai W Q' F W YF- 1 1- 8 W W } atf J LL Ofn � x Cl) wpaeo > elsZC9W > jada W a aU' aZ - °tl - 8 � 1 W z xN W y ^� wfn � > w O Oz O � � Cx a ° xmxwx W wm ° Zz w OOa C7 a g > mWO W � ZdW tea ° d V ZO NyZ W � z � oww W Q W > > W O � x � y zC,) wZ j W x O a Z w - a J °_ a ° O O m O F J Z w m 0 Mmy Owl ama � u� OQy � Q Jy ° fn � v� � fn � fnaau� ° WLLQq� wgZ � zZ � co � S ° JfnUw � UL � F- U � LLI � a } Q. atfZ000 } g � � < w0. � W aCl) M N w www � W 3a � '� Umzag '� maOwzgwWLo f� wm wawwa MU) c� Z�iM � ww � m - Q y W WW ° w w -U' x �_ c°-n O z �W W_ W �W ~ J z W W O ~ ~ a a w o m ` U 0 � � a V � 3 fcnc~i) w0a. - Wmm i vviuwiOv°-ifai� z °Ln) � � ? aiv�i3yvtif�i� 3aivvai v~i � � v�-iau~i cn00. Cl) > Z 0 m P U � o w O 1 O =a' Z O F- w w V a U F- U U W wvz gz � � Z fn y z rn fnfn w H ~ Fxm zvZ � cw (5 o yy � a ww w � w = = m � woOO ° x O H z ° ° Va xa x2x ~ Y � o � � } g aw � v � aww `�" `��' oFW- z F- ws aac aWmmz ° J fn ° wfn w p Wtn ZF-. 7UmLL amJUU a O ZFJ- W } ?� wQ ?� HH = J 4 4J zz z Q F- F- W Zz V' U � F- who F- F- F- - F- z W o � z0 � aa2a LwL W a W W W m 3 � C6S F- Z � ° � uiuiaO � � V UWZZZ > QW2UUwma � ww M } ° W 0) 0wRmOUFO- Y � W UL Oz- ZZZgOHYmYYUmc,059 >-a. yLLO Q W W Ud LL Oa 00 O W LL J } Sx LL LL W IL LL LL J J J LL LL F" LL LL LL Q LL LL LL LL LL LL LL LL LL LL LL Q O LL Z Z y LL LL LL LL LL LL LL W m Z OF 60' U000 - F- � OO � w000 � 0000000000wo UaOMM W o O OO 00 O• aL a o0Osfonn50aauuuoLOL00u LSi0u05a50000000uu0a. 00 =x > 0 0 b0 L) 00 V W �W 01 co c0 oD Op 1� i- � � O to Ln In Lp d d M M M M cn M M N N O m O O O O W O O M O O O� T W O O O W O O O O O W W M O pf T O O O O W O 0) 0) CD a0 w O O W m T O T O T O O W O4 T CL o W 0 0 0 O O O O O O O O O O o O o 0 0 0 0 0 0 0 0 0 0 0 o O O O O O O 0 0 0 O S 0 0 0 O O O O O O O O 0 0 0 0 0 0 0 $ O 0 0 0 0 O O S O O O O O a (qSo o § §oo 0000 00 s 000SoSS o S Sa000 0 0 0 0 0 0 0 O N O O O O O O t0 !n M G p O O O O . In S N N M N C In p O g O O O In O N 0 S O �C) O O I� M M d' N O O f� N V (D I� 0 M f0 N O� M OD M M f� LL7 N In M � N .- � N a- N � N In � .- M !17 M N M 0O fM0 qf0 M d M O O O co Cl) O Oa N O f0 O M 0) - OM Cl) M O Z c0Of1 to (D tC O M M O w M M a0 O 01 C'V M i N N N M M Q 4 (f� to Q �Q 1 l[N7 (fj In aQ aQ (�� } M M � v 45 R M Go m N N .000 1M � � N N 1�gM�q�lj (��Q��OQ t��00QQ co M M �C1 1�N OpI M M d �Q °QQ� % �Q ��DQ �p p 1�1I�tQS01 a N N N N O N N N t0 O f0 O N N Q C� �M N ch N N N N O tdMO faMO tOMO N V d d d d N N N d d d M N N M CV 0 W Z Z W O LL ww _ -W Z Z LL LL y Z F fA J J J w W_ U m FF p LL LL X w 0 � 0 H W W W a O w 6. H W W J S W_X WX O W r O U' J e(j o (n 0 U z m 2 x7w0 -� W W Y Vo mu� w 32 � - D 3 Q cnre22 a mozm Jm p2m 0 3 Y ►- w » f° Qom } gz � ¢ a Q � zZwzz co �' � � z_ z z w } U Z 222 W Y0' > 00W Y O S a J O o2 ~ ¢ ¢ w pQ ¢ °Coop o0 0 0 � 3mJ a cn � Uoz W oc m w X m mit (L ad = (i 0. 5 ae 0 0 x a C �!1 C=,)) Z Q Cl) o (n a o a U xa WmWomz � N � mz � � a m mIx ww � a wZ � a i ja FF- � � of w oz W � gW aw � �m z � zzQo , � a� asaoo ►- ad -jw Fa � O � mz � mzZm (n w x m a x m m m 0 m m 2 a m 2 x p m x m p x x g g S m m wcnUw QoW � WWaawwmW3w W w � wwww F p Wx x w w w a. � 0 ¢ ¢ Oow °za �, a m °zo ¢ umza ia � i ¢ waa0a � a� 0 00 O O a a FOQ � LL33 � - Wx R , m3 a 3v� 0w 3. m v� 3mw3m33u, 3cn3w U) mmhy w v~i v> 3 m U) z o on N F m Z U} U O OG � cn 0 we y o a z z W = } z rl S a m a a ~ ~ ~ z a m 0 w w g z T Cl) m rn = Y � mm3 wa Q2 Pv > > J o (L Lu rn a y � w �- Y oEot} aDJ O � z I- H0 r- mr- m � -' � gxg � � a0 () g g of z 0 p � O U Qv� W U0c> > U5 oJUwaa0 U z8Uza a a 3 U = w w a J � zY ce � � U � z 0 0W F o � � mom' 3 LLwwwo ZLWW v~i �' � °� u~i (� cn (� mo v z3 cxn wN � x w a w Q it LL � p.' a' LL 0 � mm p LL > Z p W p W px yaw W OI- p p wLL0 0 0 I p U. 3 m �- LU LL LL LL 0 LL LL LL w Z (n 3 3 M � LL LL Z LL LL LL a o LL LL LL LL LL w 1y- Z O Vmmo O U = }00 W uj } w = ? _ w _ w = wOO � Ooy � W 003mZ }0 O O 0 W }0} p r 0r Q � 00 Z �jt � a t � a0 a0 � 0 � 0 j � � C7 F ¢ ¢ tY30C O a t Z C a s a O 0cncnw0 U YaUU 3 U �a30 3: 0w 0z cnUU = Uo3 3 L) U) C-) U V) 3 U m U � e t Pivetta Bros.Construction is a licensed General Contractor. Our focus is on Civil,Public works construction and Site Development.Including,but not limited to: Storm, Sewer&Water infrastructure and related appurtenances,including above and below grade structures,road and street improvements. Pivetta Brothers Construction,Inc. Corporate Officers and Management References President: Vice-President: Mark Pivetta Wally Clayton 1812 Pease Ave 1812 Pease Ave Sumner,WA 98390 Sumner,WA 98390 Office: 253-862-7890 Office:253-862-7890 ext: 2 31 years in the industry. 33 years in the industry. Senior Project Manger Bob Mickel 30 years in industry Office: 253-862-7890 ext: 6 Mobile: 253-377-3717 Email: bob(d)-pivetta.com Superintendent: Jobe Youngblood Mobile: 253-261-5591 Email:jobe@pivetta.com 16 years in industry Foreman: Brandon Burrell 11 years in the industry Mike Chase 19 years in the industry Jeff Clayton 19 years in the industry Jake Osborn 10 years in the industry Jerry Mandelke 40 years in the industry Bruce Marbut 27 years in the industry History: Incorporated— 1979 President—Mark A. Pivetta Vice President—Wallace C.Clayton Corporate Office— 1812 Pease Avenue, Sumner,WA 98390 Contractor Registration -PIVETBC063B9 Bonding Capability-$10,000,000.00+ Web Site Address: www.pivetta.com r Pivetta Brothers Construction, Inc. 1812 Pease Avenue Sumner, WA 98390 Office: 253-862-7890 Fax: 253-470-5008 r rCredit References: Bank Reference: Associated Petroleum Products, Inc. Sterling Savings Bank 2320 Milwaukee Way 224 SW 152nd Street Tacoma, WA 98421 Burien WA 98166 Phone: 253-627-6179 Phone: 253-564-0862 Contact: Mike Miller KID Fowler PO Box 160 Bonding Bellevue,WA 98009 Phone:425-746-8400 Travlers Casualty and Surety 1001 Fourth Ave Ste 1800 1 Shope Concrete Seattle WA 98154 1618 E Main Agent's Phone: 800-422-4710 Puyallup, WA 98372 Phone: 253-848-1551 Insurance Continental Western Insurance Company 601 Union Street Suite 1000 Seattle, WA 98101 Policy* CWP2672508 i I r r r r r Pivetta Bros. Construction, Inc. Partial Owned Equipment List Excavators Equipment Number Make Year Model EX-108 Komatsu 1997 PC300LC-6 EX-109 Komatsu 1999 PCI00LG6 EX-1II Hitachi 2001 EX225USRLC EX-113 Hitachi 2003 Z225LC EX-115 Hitachi 2005 Z450LC EX-116 Volvo 2005 EC210BLC EX-117 Hitachi 2006 ZX350 EX-118 John Deere 2006 35D EX-119 Hitachi 2006 ZX135US EX-120 John Deere 2006 50D ZTS EX-121 John Deere 2006 35D EX-122 John Deere 2006 50D Wheel Loader Equipment Number Make Year Model WL-102 Volvo 1996 L70B WL-104 Bobcat 1994 853H WL-105 John Deere 2001 544H WL-106 John Deere 2003 TC54H WL-107 John Deere 2005 544JTC WL-108 John Deere 2004 TC54H WL-109 Cat 2004 257B Backhoes Equipment Number Make Year Model R13-1 13 John Deere 2004 310SG RB-1 14 John Deere 2004 310SG RB-1 15 John Deere 2004 310SG C xeX Equipment Number Make Year Model D-101 Komatsu 1978 D31 A-16 D-102 John Deere 2003 650 H D-103 John Deere 2005 700J XLT D-104 Cat 1970 D-8H D-105 John Deere 2006 450J D-106 Komatsu 1982 D31 Pagel 2/29/2008 rtorl r - 6 Equipment Number Make Year Model R-102 Rosco 1990 Roll Pak R-104 Wacker 1993 RD 880 R-105 Dyna Pac 1999 CA362D R-106 Sakai 1998 SV400D R-107 Sakai 2001 SV200D Trac car Equipment Number Make Year Model S-103 Kawasaki 1995 KAF300B-1 Gro ers Equipment Number Make Year Model GR-102 Huber 1996 M850A GR-103 John Deere 1992 772BH Off Road Truck ORT-101 Bell Truck 1998 B25C ORT-102 John Deere 2002 300D ORT-103 Terex 2005 DSA AWS Page 2 2/29/2008 . 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 one hundred five(105)working days after issuance of the City's Notice to Proceed. ' The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten(10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty(60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s 1 , 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 be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. ' DATE: 4-8-08 Pivetta Brothers Construction NAME O �IDD BY: ignature Mark Pivetta. President (Print Name and Title) PO Box 370 Address Sumner, WA 98390 r r Upper Mill Creek Culvert Replacement/Fielding 22 March 20,2008 Project Number 07-3031 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: ' That we, Pi yetta Brothers Construction, Inc. , as Principal, and Travelers Casualty and Surety Company of America , as Surety, Five Percent (5%) 1 are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of of Total 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 Upper Mill Creek Culvert Replacement at SE 264th Street/Project Number: 07-3031 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 call for bids,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 3rd DAY OF March 2008. ' Pivetd Bro on, Inc. B Pl. CIPAL Travelers Casualty and Surety Company of America SURETY Mary A. Dobbs, Attorney-in-Fact 20 Received return of deposit in the sum of$ Upper Mill Creek Culvert Replacement/Fielding 23 March 20,2008 Project Number. 07-3031 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 219499 Certificate No. 002148032 KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Pamela A Jardine,Patricia L Russell,Angela D Tonnon,Roxana Palacios,Jeanne M.Hagel,Tern L Franklin,Susan L Garred,Heather Allen,Mary A Dobbs,Steven W Palmer,Holly E Ulfers,and Bonny Smith of the City of Seattle .State of Washington their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF,the Compaamees have caused this instrument to be signed and their corporate seals to be hereto affixed,this 16th day of January Z 008 Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company Unite'd,'States Fidelity and Guaranty Company ({ ssG�SUq�� $i�r)•Y J F1PE a•h.. O��µ•I N'rG9 JP+�'.✓"r`' 9JP�TY ANQ�G �F7a -..y SYY'r� 5 ��n wOaiPORAte) * t� 7m 1L�RvryRAYF'm W4 COaPORA C"t 4P i t Z c�� o � 1977 g 1927 �: Fz � W wurwriu. ►wmF6n0.� less -. yb` �a b� 1951 N9O N�®o SEAL�,�03 STALas �e coNN beo Caws P in 1wa.7.M- fs �� di �a t Apt State of Connecticut By City of Hartford ss /Georg99Thompson, J., ice President On this the 16th day of January 2008 before me personally appeared George W Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc, Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer G•T� In Witness Whereof,I hereunto set my hand and official seal My Commission expires the 30th day of June,2011 �'Or/BL�G * Mane C Tetreault,Notary Public 58440-5-07 Printed in U.S A WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc, Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows RESOLVED,that the Chairman, the President,any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is 4. FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary,and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED,that the signature of each of the following officers President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-m-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I,Kon M Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc, Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked - 0 IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of 20PS Kon M.Johans Assistant Secretary 0ENE- Y�CpFPORATFCSEAL.DNg 7886d `YO�AtN� To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www travelersbond corn Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER i ' CITY OF KENT COMBINED AFFIDAVIT & CERTIFICATION FORM: ' NON-COLLUSION, MINIMUM WAGE (NON-FEDERAL AID) NON-COLLUSION AFFIDAVIT rBeing first duly sworn, deposes and says, that he/she is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other bidder on the foregoing work equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself/herself or to any other person any advantage over other bidder or bidders. 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. FOR;NON-COLLUSION AFFIDAVIT AND MINIMUM WAGE AFFIDAVIT Upper Mill Creek Culvert Replacement at SE 264th Street Project Number: 07-3031 NAME OF PROJECT Pivetta Brothers Construction, Inc. NAME PF B ER'S FIRM r SIG ATURE F AUTHORIZED REPRESENTATIVE OF BIDDER Subscribed and sworn tc ? ����$ day of April ,2008. dp = {�OTAR�j• - �► PUBLIC • %�9j�•,��p�d�' , , tary Public in and for the Stat o Washington, �•� A ��esiding at Kent WW Upper Mill Creek Culvert Replacement/Fieldmg 24 March 20,2008 Project Number 07-3031 r r 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...............................�"' Tableof Contents Sheet........................................................................................ . Callfor Bids..............................................................................................................101, ' Contractor Compliance Statement........................................................................ Date............................................................................................................. .� Have/have not acknowledgment............................................................... Signatureand address................................................................................X Declaration—City of Kent Equal Employment Opportunity Policy................�r Datedand signed.........................................................................................� ' City of Kent Administrative Policy....................................................................... Proposal................................................................................................................... First line of proposal—filled in..................................................................� Unitprices are correct and written in words......................................... .,I� Bid the same unit price for asterisk(*) bid items..................................... City of Kent Subcontractor List(over$100K).....................................................; 00 Subcontractorslisted properly..................................................................r Signature.......................................................................................................0' Subcontractor List(over$1 million).....................................................................,0�i Subcontractorslisted properly.................................................................. Signature.................................................................................. .................. Contractor's Qualification Statement....................................................................0' Filled out and notarized............................................................................. .� lK ProposalSignature Page........................................................................................:All Addenda acknowledged...................................................................... Date,signed and addressed..................................................................... .� ' Bid Bond Form.........................................................................................................0,..,/ Signed,sealed and dated.......................................................................... :.,fir j Powerof Attorney....................................................................................• (Amount of bid shall equal 5% of the total amount bid) Non-Collusion Affidavit...........................................................................................� Signed,dated and notarized........................................................................W Bidder's Check List.............................................................................................. .� The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement to be executed by the successful bidder. ' B) PERFORMANCE BOND To be executed by the successful bidder and his surety company. The following form is to be executed after the Contract is completed: rA) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. r Upper Mill Creek Culvert Replacement/Fielding 25 March 20,2008 Project Number 07-3031 r PERFORMANCE BOND TO CITY OF KENT Bond No. 105084023 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Pi vetta Brothers Construction, Inc. as Principal, and Travelers Casualty and Surety Company of America a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of$353,693.01 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS,under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of the Upper Mill Creek Culvert Replacement at SE 264th Street/Project Number: 07-3031 (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 within a period of one year after its acceptance thereof by the CITY OF KENT,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. 1 (SIGNATURES ON FOLLOWING PAGE) Upper Mill Creek Culvert Replacement/Fielding 26 March 20,2008 Project Number: 07-3031 PERFORMANCE BOND PAGE TWO TWO WITNESSES: Pivetta Brothers Construction, Inc. PRINCIPAL VI� BY: ^ President y c TITLE: DATE: 4-22-08 DATE: 4-22-08 CORPORATE SEAL: PRI T NAME DATE: 4-22-08 Travelers Casualty and Surety Company of America SURETY CORPORATE SEAL: BY: e�' Mary A. Dobbs DATE: April 18, 2008 TITLE: Attorney-in-Fact Kibble & Prentice, A USI Company ADDRESS: 601 Union Street, Suite 1000 Seattle, WA 98101 Phone: (206) 695-3104 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the(Assistant) Secretary of the Corporation named as Principal in the Mark Pivetta within Bond; that - --- Pivetta Brothers Construction, Inc. 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 Co ration by 4horiityof its governing body. k jiA wvrllv� SECRETARY OR ASSISTANT SECRETARY Upper Mill Creek Culvert ReplacementfFieldmg 27 March 20,2008 Project Number: 07-3031 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ,A POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 219499 Certificate No. 002148046 KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Pamela A Jardine,Patricia L. Russell,Angela D Tonnon, Roxana Palaaos,Jeanne M Hagel,Tern L.Franklin,Susan L Garred,Heather Allen,Mary A Dobbs,Steven W Palmer,Holly E Ulfers,and Bonny Smith of the City of Seattle , State of Washington their true and lawful Attorney(s)-m-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or perrmtted in any actions or proceedings allowed by law IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 16th day of January 2008 Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company ,{OP.a41)�/. �v`r'q'w.-�•y [�]If� � ; Q,O.`..... � 4J 9,�,.k PO .PG --"ary ,t yCi'�- .7 O K o - •! I s W HARTFORD, t FNR'tF6R0. O o'•58AL �y, �N d � OF NEW R ��ANCF !S.•AN�a- �,'1 �� 'sd +s + • r' State of Connecticut By- City of Hartford ss Georg Thompson, jo—ce President On this the 16th day of January 2008 before me personally appeared George W Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc, Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that be, as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer G•T� n A, 1. /1 In Witness Whereof,I hereunto set my hand and official seal My Commission expires the 30th day of June,2011 �'°tIBUG * Marie C Tetreault,Notary Public 58440-5-07 Printed in U S A WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc, Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President,any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-m-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or thr Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is f FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary,and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-m-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED,that the signature of each of the following officers President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kon M Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc, Seaboard Surety Company, St Paul Fire and Marine Insurance, Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety ompany of Amenca,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power,of Attorney executed by said Companies,which is in full force and effect and has not been revoked, IN TESTIMONY WHEREOF,I have hereunto set my hand and AMxed the seats of said Companies this / •day of 20 Kon M Johans Assistant Secretary O phSU,A�j Q7"�' Sly J 4iRE�6� \i`1�•�NSG� „eP,�1�NSUH'4 Jp tY ANp — N105yq�, �Y� '4oRFORAr,0 s;$$$,-•- it � NARTFORD, NARiFO � aO q y 1951 ,n �.j.tSEAI.io�f L in y CCNN N• R Nq t896 �y� ti� ¢'��..�` sµ�;n 4E �Sa AR..� !g,•� �a h1 npa 1` + �AN't� To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www travelersbond com Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CONTRACT THIS AGREEMENT, made in triplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Pivetta Brothers Construction, Inc. , organized under the laws of the State of Washington , located and doing business at 1812 Pease Avenue Sumner, WA 98390 ("Contractor"). WITNESS: In consideration of the terms and conditions contained herein and attached and made 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: Upper Mill Creek Culvert Replacement at SE 264th Street/Project Number: 07-3031 in accordance with and as described in the Contract Documents and shall perform any alterations in or additions to the work provided under the Contract Documents and every part thereof. The Contract Documents shall include all project specifications,provisions, and plans; the City's general and special conditions; the 2008 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. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within one hundred five(105) working days. The City shall suffer damages if said work is not completed within the time specified. Therefore, the Contractor agrees to pay to the City liquidated damages in accordance with Section 1-08.9 of the Standard Specifications, as may be modified by the Kent Special Provisions. 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 the work provided for in the Contract Documents and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract Documents 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 Documents. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. Upper Mill Creek Culvert Replacement/Fielding 28 March 20,2008 Protect Number: 07-3031 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE,TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. Upper Mill Creek Culvert Replacement/Fielding 29 March 20,2008 Project Number. 07-3031 IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first hereinabove written. CITY OF KENT BY: . / 0116e, - UZETTE COOKE, MAYOR DATE: &ATTES BRENDA JACOBER, CIV CLERK A ROVED AS TO FORM: K NT EPARTMENT CONTRACTOR BY: 2"J/ #j PRINT NAME: TITLE: L/ DATE: Upper Mill Creek Culvert Replacement/Fielding 30 March 20,2008 Project Number- 07-3031 WITNESS, if INDIVIDUAL OR PARTNERSHIP: STATE OF WASHINGTON ) ss COUNTY OF KING ) tOn this 22 day of April , 200 8,before me personally appeared Mark Pivetta and to me known to be President and of the corporation/individual that executed the within and foregoing instrument, and acknowledged said instrument to be free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that they were authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation. IN WITNESS WHEREOF, I have hereunto set my hand and official seal the day and year first above written. •,,II �0,0,,I C . �• ,,���..•••••••••,,,���dP0• Wallace C. Clayton c' ? NOTARY PUBLIC, in and for the State TqR o of Washington,residing at Kent 1 `s�% PUBLIC My appointment expires or W �• �'��I/111111111�` Upper Mill Creek Culvert Replacement/Fielding 31 March 20,2008 Project Number: 07-3031 EXHIBIT A INSURANCE REQUIREMENTS 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. 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. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Excess Liability insurance covering both the Commercial General Liability and Automobile policies. 4. 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. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a$2,000,000 products- completed operations aggregate limit. 3. Excess Liability insurance shall be written with limits no less than $1,000,000 per occurrence in excess of both the CGL and Auto Liability policies cited above. 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. Upper Mill Creek Culvert Replacement/Fielding 32 March 20,2008 Proiect Number- 07-3031 EXHIBIT A (Continued) 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 1 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. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. 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. Upper Mill Creek Culvert Replacement/Fielding 33 March 20,2008 Project Number: 07-3031 Client#:320527 PIVETBRO ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(MWDM-Y 02/25/08 rr) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Kibble&Prentice,a USI Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O.Box 370 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Seattle,WA 98111 206 441-6300 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A Continental Western Insurance Compan 10804 Pivetta Brothers Construction,Inc.P O Box 370 INSURER B Sumner,WA 98390 INSURER C INSURER D INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS S POLICY EFFECTIVE POLICY EXPIRATION LTR iNsRr TYPE OF INSURANCE POLICY NUMBER D E D LIMITS A GENERAL LIABILITY CWP2672508 03/01/08 03/01/09 EACH OCCURRENCE $1000000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $301)000 occurrence CLAIMS MADE FX1 OCCUR MED EXP(Any one person) $10 000 X PD Ded:2,000 PERSONAL&ADV INJURY $1 000 000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG s2,000,000 POLICY X PRO- JECT LOC A AUTOMOBILE LIABILITY CWP2672508 03/01/08 03/01/09 COMBINED SINGLE LIMIT X ANY AUTO (Es accident) $1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIREDAUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ A EXCESSAIMBRELLA LIABILITY CU2672509 03/01/08 03/01/09 EACH OCCURRENCE $5 000 000 X OCCUR CLAIMS MADE AGGREGATE $5 00O 000 $ DEDUCTIBLE $ X RETENTION $10 000 $ TH- WORKERS COMPENSATION AND CWP2672508 03/01/08 03/01/09 WC SI IMIT FR EMPLOYERS'LIABILITY A ANY PROPRIETOR/PARTNER/EXECUTIVE WA Stop Gap Only E L EACH ACCIDENT $1 OOO OtiO OFFICER/MEMBER EXCLUDED? E L DISEASE-EA EMPLOYEE $1 000,000 If yes,describe under SPECIAL PROVISIONS below E L DISEASE-POLICY LIMIT $1 000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Upper Meridian Valley Creek Culvert Replacement;Project No.05-3012. Certificate holder is Additional Insured and coverage is primary and non-contributory per attached endorsement. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Kent DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL QS* DAYS WRITTEN Public Works Department NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL 400 West Gowe IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Kent,WA 98032 REPRESENTATIVES. AUTHORIZED`R'E�P�RESSE�NTTATIVE ACORD 25(2001/08)1 of 2 #M1954383 CNMJU 0 ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). TDISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S(2001/08) 2 of 2 #M1954383 Such person or organization is an insured (c) The ownership, maintenance, or use provided: of any elevators. (1) The written or oral contract or agree- F. ADDITIONAL INSURED—OWNERS,LESSEES ment is: OR CONTRACTORS—AUTOMATIC STATUS (a) Currently in effect or becomes effect 1. SECTION II — WHO IS AN INSURED is tive during the policy period;and amended to include as an additional insured any person or organization for whom you are (b) Executed prior to an 'occurrence or performing operations when you and such offense to which this insurance person or organization have agreed in writ- ing In a contract or agreement that such per- (2) They are not specifically designated as son or organization be added as an addi- an additional insured under any other tional insured on your policy. Such person or provision of, or endorsement added to, organization is an additional insured only this policy. with respect to liability for "bodily injury, f. Only the following persons or organizations "property damage" or personal and adver- are additional insureds under this endorse- tising injury"caused, in whole or in part, by: ment, and coverage provided to such addi- a. Your acts or omissions;or tional insureds is limited as provided herein: b. The acts or omissions of those acting on (1) The manager or lessor of a premise your behalf; leased to you, but only with respect to Ik ability arising from the ownership, main- in the performance of your ongoing opera- tenance or use of that part of the prem- tions for the additional insured. ises leased to you and subject to the fol- A person's or organization's status as an ad- lowing additional exclusions: ditional insured under this policy ends when This insurance does not apply to: your operations for that additional insured (a) Any "occurrence" which takes place are completed. after you cease to be a tenant of that 2. With respect to the insurance afforded to premises. these additional insureds, the following addi- (b) Structural alterations, new construc- tional exclusions apply: tion or formed by demolition operations f the man- This insurance does not apply to: or li a. Bodily injury", property damage„ or ager or lessor. "personal and advertising injury' arising (2) Any person or organization from whom out of the rendering of, or the failure to you lease equipment, but only with re- render, any professional architectural, spect to liability for "bodily injury", "prop- engineering or surveying services, in- erty damage" or "personal and advertis- cluding: ing injury"caused, in whole or in part, by your maintenance, operation or use of (1) The preparing, approving, or failing equipment leased to you by such per- to prepare or approve, maps, shop son(s)or organization(s). drawings,opinions, reports, surveys, field orders, change orders or draw- However, this Insurance does not apply ings and specifications;or to any occurrence which takes place after the equipment lease expires. (2) Supervisory, inspection, architec- (3) Any state or political subdivision, subject tural or engineering activities. to the following additional provision: b. "Bodily injury" or "property damage" This insurance applies only with respect occurring after: to the following hazards for which the (1) All work, including materials, parts state or political subdivision has issued a or equipment furnished in connec- permit in connection with premises you tion with such work, on the project own, rent, or control and to which this in- (other than service, maintenance or surance applies: repairs) to be performed by or on (a) The existence, maintenance, repair, behalf of the additional insured(s) at construction, erection, or removal of the location of the covered opera- advertising signs, awnings, cano- tions has been completed;or pies, cellar entrances, coal holes, (2) That portion of "your work" out of driveways, manholes, marquees, which the injury or damage arises hoist away openings, sidewalk has been put to its intended use by vaults, street banners, or decora- any person or organization other tions and similar exposures;or than another contractor or subcon- (b). The construction, erection, or re- tractor engaged in performing op- moval of elevators;or erations for a principal as a part of the same project. CL CG 00 20 03 07 Includes copyrighted material of Insurance Services Page 2 of 6 Office,Inc.,with its permission 3. The insurance provided by this endorsement c. We may pay any part or all of the de- is primary insurance and we will not seek ductible amount to effect settlement of contribution under any insurance policy un- any claim or suit and, upon notification der which such additional insured is a of the action taken; you shall promptly named insured, if such policy was procured reimburse us for such part of the de- and paid for by such additional insured, or a ductible amount as we have paid. parent or related entity of such additional in- H. BROADENED NAMED INSURED sured. 4. With respect to the insurance afforded to Paragraph 3. of SECTION 11 - WHO 1S AN IN- these additional insureds, SECTION III — SURED is deleted and replaced by the following: LIMITS OF INSURANCE is amended as fol- An Y organization, other than a joint venture, over lows: which you maintain ownership or majority Inter- The limits applicable to the additional in- est of more than 50%will be a Named Insured if sured are those specified in the written con- there is no other similar Insurance available to tract or agreement or the limits stated in the that organization. However: Declarations, whichever is less. if no limits a. Coverage under this provision is afforded are specified in the written contract or only until the 180th day after you acquire or agreement, the limits applicable to the addi- form the organization or the end of the policy tional insured are those specified in the Dec- period,whichever is earlier. larations. The limits of insurance are inclu- b. COVERAGE A does not apply to "bodily in- sive of and not in addition to the limits of in- jury" or"property damage" that occurred be- surance shown in the Declarations. fore you acquired or formed the organiza- G. PROPERTY DAMAGE TO BORROWED tion. EQUIPMENT c. COVERAGE B does not apply to "personal 1. Paragraph 2.j. of SECTION I - COVER- and advertising injury" arising out of an of- AGES, COVERAGE A BODILY INJURY fense committed before you acquired or AND PROPERTY DAMAGE LIABILITY is formed the organization. amended as follows: I. CONSTRUCTION PROJECT GENERAL AG- Paragraphs (3) and (4) of this exclusion do GREGATE LIMIT not apply to tools or equipment loaned to 1. For all sums which the insured becomes you, provided they are not being used to per- legally obligated to pay as damages caused form operations at the time of loss, by occurrences under COVERAGE A 2. SECTION 111 — LIMITS OF INSURANCE is (SECTION 1), and for all medical expenses caused b accidents under COVERAGE C deleted and replaced by the following: (SECTION 1), which can be attributed only to The most we will pay in any one "occur- ongoing operations at a single construction rence" for "property damage to borrowed project away from premises owned by or equipment is $15,000. This limit of insur- rented to the insured: ance is the most we will pay regardless of a. A Single Construction Project General the number of: g j Aggregate Limit applies to each Ion- a. Insureds; struction project away from premises " " owned by or rented to the insured, and b. Claims made or suits brought;or that limit is equal to the amount of the c. Persons or organizations making claims General Aggregate Limit shown in the or bringing"suits". Declarations, 3. Deductible b. The Single Construction Project General a. Our obligation to a damages on behalf Aggregate Limit is the most we will pay 9 pay 9 for the sum of all damages under COV- of the insured applies only to the amount ERAGE A, except damages because of of damages in excess of$250 as appli- "bodily injury' or "property damage" In- cable to property damage" as the result cluded in the "products-completed op- of any one occurrence , regardless of erations hazard , and for medical ex- the number of persons or organizations penses under COVERAGE C regardless who sustain damages because of that of the number of: , occurrence". b. The terms of this insurance, including (1) Insureds; those with respect to our right and duty (2) Claims made or"suits"brought;or to defend the Insured against any"suits (3) Persons or organizations making seeking those damages; and your duties claims or bringing"suits". in the event of an"occurrence , claim, or "suit'apply irrespective of the application of the deductible amount. CL CG 00 20 03 07 Includes copyrighted material of Insurance Services Page 3 of 6 Office,Inc.,with Its permission KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS..............................................1-1 1-01 Definitions and Terms.......................................... 1-02 Bid Procedures and Conditions...................................................................1-3 1-03 Award and Execution of Contract ..............................................................1-5 1-04 Scope of the Work......................................................................................1-7 1-05 Control of Work..........................................................................................1-8 1-06 Control of Material .....................................................................................1-18 1-07 Legal Relations and Responsibilities to the Public.....................................1-20 1-08 Prosecution and Progress............................................................................1-31 1-09 Measurement and Payment.........................................................................1-36 1-10 Temporary Traffic Control .........................................................................1-39 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 2-09 Structure Excavation...................................................................................2-5 DIVISION 4 BASES .......................................................................................4-1 4-04 Ballast and Crushed Surfacing....................................................................4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS................5-1 5-04 Hot Mix Asphalt.........................................................................................5-1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS....................7-1 7-00 General Requirements.................................................................................7-1 7-03 Structural Plate Pipe, Pipe Arch, Arch, and Underpass..............................7-8 7-04 Storm Sewers..............................................................................................7-10 7-05 Manholes, Inlets, Catch Basins, and Drywells................ ..7-11 7-08 General Pipe Installation Requirements . ...........................7-14 7-09 Water Mains................................................................................................7-19 7-12 Valves for Water Mains..............................................................................7-24 DIVISION 8 MISCELLANEOUS CONSTRUCTION...............................8-1 8-01 Erosion Control and Water Pollution Control............................................8-1 8-02 Roadside Restoration..................................................................................8-13 8-04 Curbs, Gutters, and Spillways.....................................................................8-14 8-12 Chain Link Fence and Wire Fence..............................................................8-14 8-14 Cement Concrete Sidewalks.......................................................................8-15 Upper Mill Creek Culvert Replacement(Fjeldmg 1 March 20,2008 Project Number: 07-3031 i TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-15 Riprap .........................................................................................................8-16 8-24 Rock and Gravity Block Wall and Gabion Cribbing..................................8-17 8-33 Project Signs...............................................................................................8-18 8-36 Instream Structures.....................................................................................8-20 DIVISION 9 MATERIALS............................................................................9-1 9-03 Aggregates..................................................................................................9-1 9-14 Erosion Control and Roadside Planting......................................................9-3 9-30 Water Distribution Materials......................................................................9-5 KENT STANDARD DETAILS..............................................................................A-1 WSDOT STANDARD PLANS...............................................................................A-2 GEOTECHNICAL REPORT................................................................................A-3 PERMITS.................................................................................................................A-4 DETOURPLAN......................................................................................................A-5 NEW WATER MAIN CONNECTION PROCEDURES....................................A-6 GROUNDCOVER FABRIC .................................................................................A-7 PREVAILING WAGE RATES .............................................................................A-8 Upper Mill Creek Culvert Replacement/Fielding 2 March 20,2008 Project Number: 07-3031 r KENT SPECIAL PROVISIONS The following Kent Special Provisions modify and supersede any conflicting provisions of the 2008 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 ("Standard Specifications"). Otherwise all provisions of the Standard Specifications shall apply. All references in the Standard Specification to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to read City and/or City Engineer, except for references to State statutes or regulations. These Kent Special Provisions also modify and supersede the General Special Provisions. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to the particular work and may 1 include references which do not apply to this particular project. DIVISION 1 — GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: ' 1-01.1 General When these Special Provisions make reference to a"Section", for example, "in accordance with Section 1-01", the reference is to the WSDOT Standard Specifications with all modifications as shown in these Special Provisions. SECTION 1-01.2(2)IS SUPPLEMENTED BYADDING 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 r NIC Not In Contract SF Square Feet SECTION 1-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-01.3 Definitions r r Upper Mill Creek Culvert Replacement/Fielding 1 - 1 March 20,2008 Protect Number: 07-3031 Contract Documents The Kent Special Provisions modify and supersede any conflicting provisions of the 2008 Standard Specifications for Road, Bridge, and Municipal construction, as prepared by the Washington State Department of Transportation and the Washington Chapter of the American Public Works Association, including all published amendments issued by those organizations ("Standard Specifications") as of the date of signature by the Engineer. Otherwise all provisions of the Standard Specifications shall apply. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to a particular work and may include references which do not apply to this particular project. Also incorporated into the Contract Documents 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; Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract Documents 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. Standard Plans A set of specific plans or drawings developed and adopted by the City of Kent, which show frequently recurring components of work that have been standardized for use, hereinafter referred to as the "Standard Details" or the "City of Kent Standard Details." Standard Specifications The Standard Specifications for this contract are contained in the following publications: 1. "2008 Standard Specifications for Road, Bridge and Municipal Construction," prepared by the Washington State Department of Transportation(WSDOT) and the American Public Works Association (APWA) Washington State Chapter, including all published amendments issued by those organizations. 2. "Standard Plans for Road, Bridge and Municipal Construction," current edition, prepared by the WSDOT and APWA,hereinafter referred to as the Standard Plans. 3. The current edition of the "National Electrical Code." Upper Mill Creek Culvert Replacement/Fielding 1 -2 March 20,2008 Project Number: 07-3031 4. Manual of Uniform Traffic Control Devices (MUTCD), latest Edition adopted by WSDOT. All reference in the Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to read City and/or City Engineer. To the extent any inconsistencies exist among any of the four above-listed documents, each document appearing on this list shall have priority over all documents, if any, listed below it. These publications are incorporated in this contract by this reference. The Contractor should note that these publications contain general conditions to this contract, as well as construction details. Responsibility for obtaining these publications rests with the Contractor. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.1 Prequalification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract Documents. The City of Kent 1 reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work(the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, five (5)copies of the plans and specifications. Additional copies can be purchased from the City at the price specified by the City or in the Call for Bids. SECTION 1-02.4(1) IS SUPPLEMENTED BYREVISING THE SECOND ITEM 2 OF THE 6TH PARAGRAPH: 1-02.4(1) General 2. The bidder failed to discover a latent ambiguity that would be discovered by a reasonably prudent contractor in preparing its bid. Upper Mill Creek Culvert Replacement/Fielding 1 -3 March 20,2008 Project Number: 07-3031 SECTION 1-02.4(2)IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-02.4(2) Subsurface Information Because of the varying soil composition and ground water levels encountered in various areas and at different seasons of the year, the City makes no representation of such conditions as they may pertain to this project. The Contractor shall be responsible for any and all cribbing, sheet piling, dewatering, or other construction methods or procedures that may be necessary to complete the project, and additional compensation therefore will not be allowed unless otherwise specified in this ' document. The soils information used for design of this project is available in Appendix 3. SECTION 1-02.5 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents and a"Bid Proposal" for the advertised project from the City of Kent upon furnishing a non-refundable payment as specified in the "Call for Bids." Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS SUPPLEMENTED BY OMITTING THE PARENTHETICAL REFERENCE, "(NOT WORDS),"IN THE SECOND PARAGRAPH AND BYADDING THE FOLLOWING NEW SENTENCE TO THE END OF THE THIRD PARAGRAPH: 1-02.6 Preparation of Proposal ALL BLANKS IN THE PROPOSAL FORMS MUST BE APPROPRIATELY FILLED IN, AND ALL PRICES MUST BE STATED IN BOTH WORDS AND FIGURES. SECTION 1-02.6 IS SUPPLEMENTED B Y ADDING THE FOLIO WING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7IS REVISED BYDELETING THE WORDS "CERTIFIED CHECK': 1-02.7 Bid Deposit SECTION 1-02.9 IS DELETED AND REPLACED BY THE FOLLOWING. Upper Mill Creek Culvert Replacement/Fielding 1 -4 March 20,2008 r Project Number: 07-3031 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Call for Bids." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.11 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, or 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 thereby 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(h)AND REPLACING ITEM 1(a) WITH THE FOLLOWING. 1-02.13 Irregular Proposals a. The bidder is not re ualified when so required. P q q SECTION 1-02.14 IS REVISED BYDELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: ' 1-02.14 Disqualification of Bidders 3. The bidder is not qualified or pre-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 BYDELETING THE LAST TWO PARAGRAPHS AND REPLACING WITH THE FOLLOWING. r 1-03.1 Consideration of Bids ■ The City of Kent 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. A bidder who wished to claim error after the Bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the Bid,requesting relief from the responsibilities of Award. The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the Bid. rUpper Mill Creek Culvert Replacement/Fielding 1 -5 March 20,2008 Project Number: 07-3031 The affidavit and the work sheets shall be submitted to the Engineer no later than 5:00 p.m. on the first business day after Bid opening, or the claim will not be ' considered. The Engineer will review the certified work sheets, to determine validity of the claimed error, and make a recommendation to the City of Kent. If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned. Thereafter, at the discretion of the City, all Bids may be rejected or award made to the next lowest, responsive, responsible Bidder. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH"60 t CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED BY THE FOLLOWING. 1-03.3 Execution of Contract The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in three (3) original counterparts. Within 10 calendar days after the award date the successful bidder shall return ' the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4. If the successful bidder fails to provide these documents within this 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one calendar day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor shall any work f begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. No claim for delay shall be granted to the Contractor due to his failure to submit the required documents to the City in accordance with the schedule provided in these Special Provisions. SECTION 1-03.4 IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE FIRST PARAGRAPH: 1-03.4 Contract Bond 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond. Upper Mill Creek Culvert Replacement/Fielding 1 -6 March 20,2008 Proiect Number. 07-3031 r 6. Be signed by an officer of the Contractor empowered to sign official statements ' if the Contractor is a sole proprietor or partner. If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation(i.e., corporate resolution, power of attorney or letter to such effect by the president or vice-president). 7. The "Contract Bond" shall remain in force for one year following the Kent City Council "Final Acceptance Date" of the project to ensure defects are corrected during the one-year guarantee period in compliance with WSDOT Section 1- 05.10(Guarantees), and the Performance Bond language of the contract. SECTION 1-03.7IS DELETED AND REPLACED BY THE FOLLOWING. r1-03.7 Judicial Review Any decision made by the City of Kent 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 Superior Court of King County, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2)IS DELETED AND REPLACED BY 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 perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BYADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD DETAILS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.2 Coordination of Contract Documents, Plans,Special Provisions, Specifications, and Addenda 1. Change Orders 2. The Contract Agreement 3. Addenda 4. Kent Special Provisions 5. Contract Plans 6. Standard Specifications 7. Kent Standard Details 8. Bid Packet Information Upper Mill Creek Culvert Replacement/Fielding 1 -7 March 20,2008 Project Number. 07-3031 r SECTION 1-04.4 IS REVISED BYDELETING THE THIRD PARAGRAPH. ' SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARA GRAPH AND REPLACING IT WITH THE FOLLOWING. 1-04.4 Changes 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 1-04.5 IS REVISED BY DELETING THE 5TH PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.5 Procedure and Protest by the Contractor The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or(3)not protesting in the way this section provides. A change order that is not protested as provided in this section shall be full payment and final settlement of all claims for contract time and for direct, indirect, and consequential damages or costs, including costs of delays, related to any work either covered or affected by the change. SECTION 1-04.6 IS DELETED IN ITS ENTIRETY. 1-04.6 Variation in Estimated Quantities SECTION 1-04.9 IS DELETED AND REPLACED BY THE FOLLOWING: 1-04.9 Use of Adjacent Properties Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits, unless separate arrangements are made for use of private property. Before using any private property adjoining the work,the Contractor shall file with the Engineer satisfactory evidence of written permission from the property owner to use that private property. Upon vacating the premises, the Contractor shall furnish the Engineer with a release from all damages, properly executed by the property owner and in a form satisfactory to the City. The Contractor shall confine its equipment, storage of materials and operation of work to the limits indicated by law, ordinances,permits or direction of the Engineer and shall not unreasonably encumber the premises with its materials. 1-05 CONTROL OF WORK SECTION 1-05.5 IS DELETED AND REPLACED BY THE FOLLOWING: r Upper Mill Creek Culvert Replacement/Fielding 1 -8 March 20,2008 Project Number. 07-3031 1-05.5 City Provided Construction Staking 1-05.5(1) General The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.5(2) through 1-05.5(7) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.5(6) of the Kent Special Provisions herein). 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,to complete the rescheduled work. Note: A 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 1-08.4 of the Kent Special Provisions. 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$150/hr for City Surveyors 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 other satisfactory substantiating evidence to prove the error is furnished the Surveyor. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery,be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the Work. These shall generally consist of one initial set of Upper Mill Creek Culvert Replacement/Fielding 1 -9 March 20,2008 Pro)ect Number: 07-3031 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, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.5(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform his employees and subcontractors of their importance and of the necessity for their preservation. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by his construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of$150/hr for City Surveyors 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 two (2) full business days is given to the City, the City will reference,remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.5(5) Staking Services Work requests must be made at least 3 days in advance of the required staking. The City will furnish the following stakes and reference marks: 1. Clearing Limits- One set of clearing limit stakes will be set at approximately ' 25 foot stations where needed. 2. Rough Grading- One set of rough grade stakes will be set along the construction centerline of streets at 50 foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where applicable. 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 back fill, inverts will be checked for correctness. Upper Mill Creek Culvert Replacement/Fielding 1 - 10 March 20,2008 Project Number- 07-3031 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 fstations. 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, 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 25 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. 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50 foot stations as required. 1 10. Illumination and Traffic Signals System- One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults,junction boxes, and conduits will be set, only if curb and gutter is not in ' place at the time of the survey request. If curb and gutter is in place, staking for vaults,junction boxes, and conduits will be provided at an additional expense to the Contractor. Cut sheets will be supplied when appropriate for curb storm sanitary sewer and pP � r1' 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 his 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$150/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Upper Mill Creek Culvert Replacement/Fielding 1 - 11 March 20,2008 Project Number. 07-3031 Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 10-12 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet Slope staking +/-800-1200 lineal feet(top and toe) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference,properly prepared work site, and other items that ' could affect production. The Contractor shall be aware that length does not always translate directly into , stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. 1-05.5(7) Stake Verification It shall be the Contractor's responsibility to examine survey stakes before commencing operations. The Contractor shall notify the City if the validity of a stake is questionable, either as to location, offset, or amount of cut or fill marked on the stake. The City will then check the stake or stakes in question. Any stakes found to be in error will be reset one time only at no charge to the Contractor. If the stakes are found to be correct as staked or should they need to be checked additional times thereafter, the Contractor will be charged at the rate of$150/hr for City survey crews to provide this service. The Contractor may not charge the City for any standby or "down" time as a result of any staking and/or resetting procedure. Any stake deemed to be damaged or disturbed by construction activity by the Engineer, inspector or survey crew will be exempt from this paragraph. It may be replaced, but at a charge of$150/hour to the Contractor. The Contractor may not charge the City for any standby or"down" time as a result of any re-staking and/or resetting procedure. SECTION 1-05.8 IS DELETED AND REPLACED BY THE FOLLOWING. 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the contract documents, the Engineer may correct and remedy such work as may be identified in the written notice, by such means as the Engineer may deem necessary, including the use of City forces. If the Contractor fails to comply with a written order to remedy what the Engineer , determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately,have the rejected work removed and ' replaced, or have work the contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the Upper Mill Creek Culvert Replacement/Fielding 1 - 12 March 20,2008 , Protect Number 07-3031 Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. Direct or 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. Such direct and indirect costs shall include in particular,but without limitation, compensation for additional professional 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 adjustment 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 avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. SECTION 1-05.10IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-05.10 Guarantees ' The Contractor shall be available approximately sixty(60) calendar days prior to the expiration of the guarantee period to tour the project, with the Engineer, in support ' of the Engineer's effort to establish a list of corrective work required under the guarantee. Upon the receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized interruption of the City Facilities, the work necessary to correct the items listed. SECTION 1-05.11 IS DELETED AND REPLACED BY THE FOLLOWING. 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete,the Contractor shall notify the Engineer and request the Engineer to establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1. The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. ' The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. Upper Mill Creek Culvert Replacement/Fielding 1 - 13 March 20,2008 Proiect Number: 07-3031 If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice ' to the Contractor,will set the Substantial Completion Date. However, if after this inspection, the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, notify the Contractor giving the reasons for the Engineer's determination. Upon receipt of written notice concurring in or denying substantial completion, i whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. , This process shall be repeated until the Engineer establishes the Substantial Completion Date. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for Final Inspection, the Contractor, by written notice, shall request the Engineer to schedule a Final Inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer, if necessary, will notify the Contractor in writing of all particulars in which the Final Inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take all necessary corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all corrective work ' vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. ' If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor,take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. Upon correction of all deficiencies, the Engineer will notify the Contractor and the City, in writing, of the date upon which the work was considered physically ' complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) 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 Upper Mill Creek Culvert Replacement/Fielding 1 - 14 March 20,2008 Project Number- 07-3031 t 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 documents. ' 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 1-05.12 IS DELETED AND REPLACED BY THE FOLLOWING: ' 1-05.12 Final Acceptance and Guarantee The Contractor must perform all the obligations under the contract before the Final Acceptance Date can be established. A Certificate of Completion for the work issued by the City will establish the Final Acceptance Date and certify the work as complete. The final contract price may then be calculated. The following must occur before the,final acceptance date can be established and the final contract price calculated. ' 1. The physical work on the project must be complete. 2. The Contractor must furnish all documentation(required by the Contract and required by law)necessary to allow the City to certify the Contract as complete. A Certificate of Completion for the work, signed by the City, will constitute ' acceptance of the work and shall establish the Final Acceptance Date, but shall not relieve the Contractor of the responsibility to indemnify, defend, and protect the City against any claim or loss resulting from the failure of the Contractor(or the ' subcontractor or lower tier subcontractors)to pay all laborers, mechanics, subcontractors, material persons, or any other person who provides labor, supplies, or provisions for carrying out the work. Additionally, the issuance of this Certificate of Completion will not constitute acceptance of unauthorized or defective work or material. Moreover,the City in establishing the Final Acceptance Date, shall not be barred from requiring the Contractor to remove,replace,repair, or dispose of any Upper Mill Creek Culvert Replacement/Fielding 1 - 15 March 20,2008 Protect Number: 07-3031 unauthorized or defective work or material or from recovering damages for any such ' work or material for a period of one(1) year from the date of acceptance by the City of Kent. Final acceptance shall not constitute acceptance of any unauthorized or defective work or material. The City of Kent shall not be barred from requiring the Contractor, at his expense, to remove, replace, repair, or dispose of any unauthorized or defective work or material, or from recovering damages for any such work or material for a period of one year from the date of final acceptance. Contractors shall be barred from bidding on future City projects until the provisions of this section are satisfied. SECTION 1-05.13 IS REVISED BYDELETING THE LAST PARAGRAPH AND REPLACING ' WITH THE FOLLOWING: 1-05.13 Superintendents,Labor, and Equipment of Contractor Whenever the City evaluates the Contractor's qualifications pursuant to Section 1- 02.1,the City may take these or other Contractor performance reports into account. Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. 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. SECTION 1-05.14 IS SUPPLEMENTED BYADDING THE FOLLOWING: ' 1-05.14 Cooperation With Other Contractors ' The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of ' any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: , Relocate gas main, trenching Agency: Puget Sound Energy Anita Yurovchak (253)381-6714 (cell) Contractor: Pilchuck Contractors, Inc. Devin Boblitt (206)396-0528 (cell) Upper Mill Creek Culvert Replacement/Fielding 1 - 16 March 20,2008 , Project Number 07-3031 1 Scope: PSE will relocate the existing 2" gas main approximately 10' south under the new south sidewalk area and over the newly installed aluminum box culvert. The new main needs to be gassed up prior to deactivation of the old main. This will require welding fittings onto the live main, trenching, pressure testing and tapping the new main and capping the old main. A reinforced concrete cap is required over the new gas main at the shallow depth. This work may require up to three days for PSE to complete. Reference PSE 2" STW IP Main Relocation plan ' sheet 1/1. The Contractor shall allow Pilchuck Contractors,Inc. uninhibited access to the ' construction site and shall schedule his work to avoid all interference with Pilchuck Contractors, Inc. The Contractor shall support existing 2" steel gas main until old gas main is deactivated. We expect this work to start as soon as the south 15' +/- of the new aluminum box culvert is installed. All costs for coordinating with Pilchuck Contractors,Inc., supporting existing 2" gas main and any adjustment to the Contractor's schedule or area of work shall be incidental to bid item 1025. Relocate conduits, trenching Agency: Qwest Warren Perkins (253) 372-5325 (877) 517-5712 (pager) Scope: Construction observation and emergency repair, if required. As the Contractor works to remove the existing culvert and install the new ' culvert, the Contractor shall notify Qwest to be onsite for construction observation of their facility, and emergency repair as needed. If the Qwest facility breaks and needs to be repaired or replaced,the Contractor shall allow ' Qwest's Contractor uninhibited access to the construction site and shall schedule his work to avoid all interference with Qwest's Contractor. The Contractor shall provide support for the two Qwest conduits during excavation and installation of the new aluminum box culvert. Payment for this work is included in bid item no. 1040. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work,unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. ' Upper Mill Creek Culvert Replacement/Fielding 1 - 17 March 20,2008 Project Number: 07-3031 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 as unofficial information and in no way binding upon the City,unless subsequently put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL , 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 BYADDING THE FOLLOWING NEW SECTIONS. 1-06.7 Submittals 1-06.7(1) Submittal Procedures All submitted information shall be clear, sharp, high contrast copies. Accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered(1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added(1 A, 1 B, 1 C, 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 A Schedule of Submittals shall be completed by the Contractor. The schedule can be , modified, deducted, or added to by the City. The Schedule shall be available at the preconstruction meeting (see 1-08.0) of the Kent Special Provisions. The Contractor shall 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 of Submittals must be accepted prior to payment. 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. Indicate whether the submittal is required for Product Review of Proposed Equivalents, Shop Drawings, Product Data or Samples or required for Product Information only. Upper Mill Creek Culvert Replacement/Fielding 1 - 18 March 20,2008 ' Proiect Number 07-3031 The Contractor shall allow a minimum of 21 days variable depending on the contract ' unless otherwise noted for the Engineer's review. See Section 1-08.3(2)B of the Kent Special Provisions for complete submittal review schedule. The Contractor shall also allow adequate time for manufacturer delivery at the construction site without causing delay to the Work. All submittals shall be in accordance with the approved Schedule of Submittals. Submittals shall be made early enough to allow for unforeseen delays such as: 1. Failure to obtain Favorable Review because of or inadequate incomplete q P submittal or because the item submitted does not meet the requirements of the Contract Documents. Re-reviews may require additional time beyond the 21 days. 2. Delay in manufacture. 3. Delays in delivery. 4. Labor disputes, work slowdowns or strikes. 1-06.7(3) Shop Drawings,Product Data and Samples This paragraph covers submittal of Shop Drawings, Product Data and Samples required for the Engineer's review. Number and type of submittals where applicable: 1. Shop Drawings: Submit six copies, two of which will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute the required number of additional copies to its superintendent, subcontractors and suppliers. 2. Product Data: Submit six copies, two of which will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute the required number of additional copies to its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly, q p Y, system or Specification Section. 2. Submittals shall contain all of the physical, technical and performance data required by the specifications or necessary to demonstrate conclusively that the items comply with the requirements of the Contract Documents. 3. Provide verification 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 that are existing or have or will be submitted. Upper Mill Creek Culvert Replacement/Fielding 1 - 19 March 20,2008 Proiect Number: 07-3031 4. Label each Product Data submittal, Shop Drawing and Sample with the information required in this Section. 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. 5. Additional requirements for submittals are contained in the Technical Specification sections and in Section 1-08.3(2)B. Submittals that contain deviations from the requirements of the Contract Documents 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 and explain its advantages and/or disadvantages to the City. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate: 1. "APPROVED AS SUBMITTED"—Accepted subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. 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 future submissions and additional partial submissions for portions of the work not i covered in this submission. Does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT"—Rejected because of major inconsistencies or errors that shall be resolved or corrected by the Contractor prior to subsequent submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall 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 SECTION 1-07.1 IS DELETED AND REPLACED BY THE FOLLOWING. Upper Mill Creek Culvert Replacement/Fielding 1 -20 March 20,2009 Project Number. 07-3031 f 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal State or local laws, codes, Y PY > rules and regulations that affect work under the contract. The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes. In cases of conflict between different laws, codes, rules, or regulations, the most stringent law, code, rule, or regulation shall apply. The City will not adjust payment to compensate the Contractor for changes in legal requirements unless those changes are specifically within the scope of RCW 39.04.120. For changes under RCW 39.04.120,the City will compensate the Contractor by negotiated change order as provided in Section 1-04.4. SECTION 1-07.2 IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.2 State Taxes 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The City of Kent will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The City of Kent will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid(RCW 60.28.050). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax—Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. Upper Mill Creek Culvert Replacement/Fielding 1 -21 March 20,2008 Project Number 07-3031 i 1-07.2(3) State Sales Tax—Rule 170 WAC 458-20-170, and its related rules, apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads,highways, etc., owned by the State of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads,unless such power lines become a part of the street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The City of Kent will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City of Kent on any contract wholly for professional, or other services (as defined in Washington State Department of Revenue Rules 138 and 244). SECTION 1-07.6 IS SUPPLEMENTED BYADDING THE FOLLOWING. r 1-07.6 Permits and Licenses The City of Kent has obtained the following permits: US Army Corps of Engineers-NWP 14 WA State Dept. of Fish & Wildlife-HPA(Pending approval, expected by April 1, 2008) A sample HPA from a recent project in Appendix 4 identifies the expected provisions which the Contractor is required to follow. Contractor shall obtain, at its sole cost, all other permits required to complete this project. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City of Kent. Approved permits shall be furnished to the City of Kent upon completion of the project and prior to final acceptance. Upper Mill Creek Culvert Replacement/Fielding 1 -22 March 20,2008 Protect Number: 07-3031 Promptly notify the City of Kent in writing of any variance in the contract documents with the laws, ordinances, rules, regulations, and orders. Necessary changes will be adjusted by appropriate modification. If Contractor performs work knowing it to be contrary to such laws, ordinances, rules,regulations, and orders, and without such notice to the City of Kent, Contractor shall assume full responsibility and bear all costs attributable to Contractor's failure to obtain all necessary permits within the time required. SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH. 1-07.9(1) General 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. The City will not adjust the Contractor's bid in,the event the State or Federal Governments adjust the prevailing wage rates after the Bid Opening Date. SECTION 1-07.13(3)IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic 1 SECTION 1-07.13(4)IS DELETED AND REPLACED BY THE FOLLOWING. 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by City forces or other means; however, the Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. SECTION 1-07.14 IS REVISED BYDELETING THE THIRD, FOURTH,AND FIFTH PARAGRAPHS AND REVISING ALL REFERENCES OF "STATE, COMMISSION, SECRETARY"OR "STATE" TO READ "CITY". 1-07.14 Responsibility for Damage SECTION 1-07.17 IS REVISED B Y DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING. 1-07.17 Utilities and Similar Facilities Chapter 19.122 of the Revised Code of Washington(RCW) relates to underground 1 utilities. In accordance with this RCW, the Contractor shall call the One-Number Locator Service for field locations of utilities (1-800-424-5555). If a utility is known to have or suspected of having underground facilities within the area of the proposed Upper Mill Creek Culvert Replacement/Fielding 1 -23 March 20,2008 Project Number: 07-3031 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 19.22.030 for subscriber utilities. SECTION 1-07.17IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-07.17(1) Utility Markings Once underground utilities are marked by the utility owner or their 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 by installation of all planned improvements at that location. 1-07.17(2) Payment All costs to comply with this section and for the protection and repair specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re-marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(3) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall notify all owners of underground , facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(4) Site Inspection r Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined the areas subject to this agreement and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. Contractor further warrants and represents that it has also examined in detail the plans of such utilities provided to it by the City and all other affected utility companies or entities, whether public or private. The following list of contacts is provided only as a convenience to the Contractor and may not constitute a complete or accurate list of all affected utilities. Puget Sound Enemy Comcast Contact: Anita Yurovchak Contact: Jim Nies (253) 381-6714 (206) 571-8893 Upper Mill Creek Culvert Replacement/Fielding 1 -24 March 20,2008 Protect Number: 07-3031 ' west MCI Contact: Warren Perkins Contact: Louise Popelka (253) 372-5323 (425) 201-0901 / (425) 766-1740 SECTION 1-07.18 IS DELETED AND REPLACED BY THE FOLLOWING. 1-07.18 Public Liability and Property Damage Insurance tRefer to the insurance requirements in the project agreement, which constitute the Contractor's insurance requirements for this project. 1 1-07.23 Public Convenience and Safety SECTION 1-07.23(1) IS DELETED AND REPLACED BY THE FOLLOWING. 1-07.23(1) Construction Under Traffic The Contractor shall conduct all operations with the least possible obstruction and inconvenience to the public. The Contractor shall have under construction no greater 1 length or amount of work than can be prosecuted properly with due regards to the rights of the public. To the greatest extent possible, the Contractor shall finish each section before beginning work on the next. To disrupt public traffic as little as possible, the Contractor shall permit traffic to p p p pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and pedestrian and bicycle paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer at the 1 City's expense. The Contractor shall also maintain roads, streets, sidewalks, pedestrian and bicycle paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the City on all projects. Cleanup of snow and ice control debris will be at the City's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede pedestrians, bicyclists, and motor traffic, or that creates a hazard. 2. Keep existing traffic signal and highway, road or street lighting systems in 1 operation as the work proceeds. The City will continue routine maintenance on these traffic signal and lighting systems. 3. Maintain the striping and other channelization markings on the roadway at the 1 Contractor's expense. The Contractor shall be responsible for scheduling when to renew striping or channelization, subject to the approval of the Engineer. When the scope of the project does not include work on the roadway, the City will be responsible for maintaining the striping and other channelization markings. Upper Mill Creek Culvert Replacement/Fielding 1 -25 March 20,2008 Protect Number. 07-3031 4. Maintain existing permanent signing. Repair of signs will be at the City's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of stormwater. Cleaning of existing drainage structures within the project limits will be at the Contractor's expense when flow is impaired due to the Contractor's operations. Routine cleaning of existing drainage structures will be at the City's expense when the Engineer determines that flow is not impaired due to the Contractor's operations. 6. Whether or not the Contractor is on-site, when ordered by the Engineer, the Contractor shall immediately mobilize forces to place any asphalt concrete pavement, cold plant mix, crushed surfacing gravel and/or gravel borrow as the Engineer deems necessary to provide a smooth, even roadbed, pedestrian path and bicycle path. This work will be paid for under unit contract prices,but no adjustment in payments will be considered for any additional costs necessary to install the required surfacing material. If the Contractor fails to comply, the Engineer may order the work done by others and deduct the costs from any payments due or coming due the Contractor. To protect the rights of abutting property owners, the Contractor shall: 1. Conduct the construction so that the least inconvenience as possible is caused to abutting property owners; 2. Maintain ready access to sidewalks, pedestrian and bicycle paths, driveways, houses and buildings along the line of work; 3. Provide temporary approaches to crossing or intersecting roads, streets, sidewalks,pedestrian and bicycle paths, and keep these approaches in good condition; and 4. Provide another access before closing an existing one whenever the contract or work requires removing and replacing an abutting owner's access. 5. Confine construction operations to one side of the roadway at a time, unless the Traffic Control Plan (TCP) approved by the City's Traffic Control Supervisor (TCS) clearly indicates otherwise. When traffic must pass through grading areas, the Contractor shall: 1. Make cuts and fills that provide a reasonably smooth even roadbed, street, pedestrian and bicycle path; 2. Place, in advance of other grading work, enough fill at all culverts and bridges to permit vehicle, pedestrian and bicycle traffic to conveniently and safely cross; 3. Make roadway cuts and fills, if ordered by the Engineer, in partial width lifts, alternating lifts from side to side to permit vehicles, pedestrians, and bicyclists to conveniently and safely travel on the side opposite the work. 4. Install culverts on half the width of the traveled way, keeping the other half open and unobstructed to vehicles,pedestrians, and bicyclists until the first half is ready for use. 5. After rough grading or placing any subsequent layers,prepare the final roadbed and pedestrian and bicycle paths to a smooth, even surface(free of humps and dips) suitable for use by public vehicles, pedestrians and bicyclists (compacted surface of crushed and compacted gravel at a minimum); and Upper Mill Creek Culvert Replacement/Fielding 1 -26 March 20,2008 Project Number- 07-3031 i 6. Settle dust with water, or other dust palliative, as the Engineer may order. If grading work is on or next to a roadway, street sidewalk pedestrian or bicycle g g Y> > P Y path in use, the Contractor shall finish the grade immediately after rough grading and place surfacing materials as the work proceeds. When an adjacent sidewalk, pedestrian or bicycle path is in use, the Contractor shall immediately place and compact crushed surfacing to a width, line and grade conforming to federal ADA requirements after rough grading is complete. The Contractor shall conduct all operations to minimize any drop-offs (abrupt changes in roadway, shoulder, street, sidewalk, or pedestrian or bicycle path) left exposed to traffic during working and nonworking hours. Unless otherwise specified in the approved TCP, drop-offs left exposed to traffic shall be protected as follows: 1. Drop-offs up to 0.20 foot,unless otherwise ordered by the Engineer, may remain exposed with appropriate warning signs alerting motorists,pedestrians, and bicyclists of the condition. 2. Drop-offs more than 0.20 foot that are in the traveled way, shoulder, auxiliary lane, sidewalk, or pedestrian or bicycle path will not be allowed unless protected with appropriate warning signs and further protected as indicated in 3b or 3c below. 3. Drop-offs more than 0.20 foot,but no more than 0.50 foot, that are not within the traveled way, shoulders, auxiliary lanes, pedestrian or bicycle path shall be protected with appropriate warning signs and further protected by having at least one of the following: a. A wedge of compacted stable material placed at a slope of 4:1 or flatter. b. Channelizing devices (Type II barricades, plastic safety drums, or other approved devices 36 inches or more in height)placed along the traffic side of the drop-off, and a new edge of pavement stripe placed a minimum of 3 feet from the edge of the drop-off. The maximum spacing between the devices in feet shall be the posted speed limit in miles per hour. Pavement drop-off warning signs, sidewalk drop-off warning signs, and pedestrian or bicycle path drop-off warning signs shall be placed in advance and throughout the drop-off treatment. C. Temporary concrete barrier or other approved barrier installed on the traffic side of the drop-off with 1 foot between the drop-off and the back of the barrier, and a new edge of pavement stripe a minimum of 2 feet from the face of the barrier. An approved terminal, flare, or impact attenuator will be required at the beginning of the section. For night use, the barrier shall have approved warning lights. 4. Drop-offs more than 0.50 foot not within the traveled way, shoulders, auxiliary lanes, or sidewalks, or bicycle or pedestrian paths, shall be protected with appropriate warning signs and further protected as indicated in 3a, 3b, and/or 3c if all of the following conditions are met: a. The drop-off is less than 2 feet; b. The total length throughout the project is less than 300 feet; C. The drop-off does not remain for more than three working days; d. The drop-off is not present on any of the holidays listed in Section 1-08.4; e. The drop-off is only one side of the roadway. Upper Mill Creek Culvert Replacement/Fielding 1 -27 March 20,2008 Protect Number. 07-3031 r 5. Drop-offs more than 0.50 foot that are not within the traveled way, shoulder, auxiliary lane, sidewalk,pedestrian or bicycle lane, and are not otherwise covered by No. 4 above, shall be protected with appropriate warning signs and further protected as indicated in 3a or 3c. 6. Open trenches within the traveled way, shoulder, or auxiliary lane shall have steel plate covers placed and anchored over them. A wedge of suitable material, shall be placed for a smooth transition between the pavement and the steel plates where required. Open trenches within sidewalks, or pedestrian or bicycle paths shall not be permitted unless a suitable detour route is provided. Warning signs shall be used to alert motorists,pedestrians, and bicyclists of the presence of the steel plates, or pedestrian, or bicycle detour. 7. The Contractor shall be responsible for providing adequate safeguards, safety devices, protective equipment, and any other needed actions to protect the life, health, and safety of the public, and to protect property in connection with the performance of the work covered by the contract. The Contractor shall perform any measures or actions the Engineer may deem necessary to protect the public and property. The responsibility and expense to provide this protection shall be the Contractor's except that which is to be furnished by the City as specified in other sections of these specifications. Nothing contained in this contract is intended to create any third-party beneficiary rights in favor of the public or any individual utilizing the highway, road, or street facilities being constructed or improved under this contract. 8. The Contractor shall keep all traffic lanes, shoulders, auxiliary lanes, sidewalks, pedestrian or bike lanes clear of equipment and materials during nonworking hours unless otherwise shown on the TCP approved by the City's TCS. The Contractor shall not keep equipment and/or materials stored within 12 feet from the edge of the traveled way, unless protected by permanent guardrail, concrete barrier, or other device approved by the Engineer. The Contractor's employees and agents shall not park private vehicles within or along the traveled way, shoulders, auxiliary lanes, sidewalks, pedestrian or bike lanes when those public access areas are open to public travel. SECTION 1-07.23(2)IS DELETED AND REPLACED BY THE FOLLOWING. 1-07.23(2) Construction and Maintenance of Detours SE 264th Street shall be closed to through traffic at Upper Mill Creek. The Contractor shall maintain access to local traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and ' remove the following items when no longer needed: 1. Detours that will accommodate traffic diverted from the roadway, street, bridge, or sidewalk onto a pedestrian or bicycle path during construction, 2. Detour crossings of intersecting highways, streets, or roads, and 3. Temporary approaches. Unless otherwise approved by the Engineer,the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove the following items when no longer needed: Upper Mill Creek Culvert Replacement/Fielding 1 -28 March 20,2008 Proiect Number: 07-3031 4. Detours and detour bridges that will accommodate traffic diverted from the roadway, street, bridge, sidewalk,pedestrian or bicycle path during construction, 5. Detour crossings of intersecting highways, streets, or roads, and 6. Temporary approaches. Unit contract prices will cover construction, maintenance, and removal of all detours shown in the plans or proposed by the City. The Contractor shall pay all costs to build, maintain, and remove any other detours, whether proposed for the Contractor's convenience or to facilitate construction operations. Any detour proposed by the Contractor shall not be built,or used,until the Engineer approves. Surfacing and paving of built detours shall be consistent with traffic requirements. Upon failure of the Contractor to immediately provide, maintain, or remove detours or detour bridges when ordered to do so by the Engineer, the City may,without further notice to the Contractor or the Surety,provide, maintain, or remove the detours or detour bridges and deduct the costs from any payments due or coming due the Contractor. SECTION 1-07.23 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS. 1-07.23(3) Temporary Street Closures Whenever the plans or Special Provisions require a temporary road closure, the costs for the associated work for that temporary road closure shall be paid for under the traffic control bid items contained within the contract proposal. Whenever the Contractor proposes a temporary road closure that would prevent traffic from passing through the work zone in order to expedite the Contractor's work, and that closure will result in either a time savings and/or cost savings as determined by the Engineer,the Contractor shall pay all costs associated with safely implementing that approved temporary road closure; i.e.,regardless of the fact that the contract may include bid items for some or all of the work and materials required to implement this cost, or time saving.Traffic Control Plan (TCP), all of the costs necessary for the preparation of the TCP, and for providingand implementing the traffic control devices and flaggers, shown on the TCP approved by the City's Traffic Control Supervisor shall be at the Contractor's sole expense. At least ten calendar days prior to beginning work on a temporary road closure, the Contractor will submit a TCP for that temporary road closure to the City for review and approval. A TCP for a temporary road closure is included in Appendix A-5. At least twenty one calendar days prior to beginning work on the road closure, the Contractor has the option to submit an alternate TCP for the temporary road closure to the City for review and approval. Upper Mill Creek Culvert Replacement/Fteldmg 1 -29 March 20,2008 Project Number. 07-3031 Upon failure of the Contractor to immediately provide flaggers; erect,maintain, and remove signs; or to provide, erect,maintain other traffic control devices when shown on the approved TCP for the temporary road closure, or when ordered to do so by the Engineer, the City may, without further notice to the Contractor or the Surety, perform any of the above and deduct the costs from any payments due or coming due the Contractor. 1-07.23(4) Road Maintenance Until Accepted in writing by the Engineer,the Contractor will maintain all roads within the confines of the project in a condition satisfactory to the Engineer. This shall include periodic grading of any street, detour, etc., on which traffic is allowed, wherever, in the opinion of the Engineer, such grading is required. When construction operations are such that debris from the work is deposited on the streets, the Contractor shall cover all loads, and as a minimum, remove on a daily basis, any deposits or debris which may accumulate on the roadway surface. Should daily removal be insufficient to keep the streets clean, the Contractor shall perform removal operations on a more frequent basis. If the Engineer determines that a more frequent cleaning is impractical or if the Contractor fails to keep the streets free from deposits and debris resulting from the work, the Contractor shall,upon order of the Engineer, provide facilities for and remove all clay or other deposits from the tires or between wheels before trucks or other equipment will be allowed to travel over paved streets. Should the Contractor fail or refuse to clean the streets in question or the trucks or equipment in question, the Engineer may order the work suspended at the Contractor's risk until compliance with the Contractor's obligation is assured or, the Engineer may order the streets in question cleaned by others and such costs incurred by the City in achieving compliance with these Contract requirements, including cleaning of the streets, shall be deducted from monies due or to become due the Contractor on monthly estimate. The Contractor shall have no claim for delay or additional costs should the Engineer choose to suspend the Contractor's work until compliance is achieved. All costs in connection with the above work, including labor, materials, tools and equipment, shall be considered as incidental to the construction, and payment thereof shall be included in the unit Contract price of other bid items. SECTION 1-07.24 IS DELETED AND REPLACED BY THE FOLLOWING. 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits,unless arrangements for use of private property are made. It is anticipated that the City of Kent 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. Upper Mill Creek Culvert Replacement/Fielding 1 -30 March 20,2008 Project Number. 07-3031 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 BY THE FOLLOWING. t1-07.26 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 BYADDING THE FOLLOWING NEW SECTION. 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract documents. Additional documents may be purchased from the City at the price specified by the City or in the Call for Bids. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract Documents and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction meeting 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 1-06.7) 5. Temporary Erosion/Sedimentation Control Plan(TESCP) for approval. Upper Mill Creek Culvert Replacement/Fielding 1 -31 March 20,2008 Proiect Number: 07-3031 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 BY 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. 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 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. Also reference Section 1-07.23(1) of the Kent Special Provisions. Except in the case of emergency or unless otherwise approved by the City, 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 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. 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: requiring the Engineer or those assistants that the Engineer deems necessary to be present during the work; requiring the Contractor to reimburse the City for the cost of engineering salaries paid City employees who worked during these times; considering the work performed on Saturdays and Upper Mill Creek Culvert Replacement/Fielding 1 -32 March 20,2008 Protect Number. 07-303 l holidays as working days-with regard to the Contract Time. Assistants may include, but are not limited to, survey crews; personnel from the City's material testing lab; inspectors; and other City employees when, in the opinion of the Engineer, the Contractor's work necessitates their presence. Recognized holidays shall be as follows: First day of January, third Monday of January, third Monday of February, last Monday of May, fourth day of July, first Monday of September, 1 lth day of November, fourth Thursday in November and day immediately following, 25th day of December, and any day so designated by the Chief Executive of the State of Washington or by the City of Kent for their employees, as a legal holiday. When any of these holidays occur on Saturday or Sunday, the preceding Friday or the following Monday will be a legal holiday for the City of Kent Employees. 1-08.4(A) Reimbursement for Overtime Work of City Employees Where the Contractor elects to work on a Saturday, Sunday or other holiday, or longer than an 8-hour shift on a regular working day, as defined in the Special Provisions, such work shall be considered as overtime work. On all such overtime work an inspector shall be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's and/or Surveyor's time may be scheduled. The Contractor shall reimburse the City for the full amount of the straight time plus overtime costs for employees of the City required to work overtime hours. The City may deduct these costs from any amounts due or to become due the Contractor. B.1-0 84 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 I completion date but cannot guarantee the City's resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of City's resources or for other reasons beyond the City's control. The original and all supplement 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 the information required in this section, the City may withhold progress payments until a schedule containing required 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. Upper Mill Creek Culvert Replacement/Fielding 1 -33 March 20,2008 Project Number. 07-3031 SECTION 1-08.5 IS DELETED AND REPLACED BY THE FOLLOWING: 1-08.5 Time for Completion The entire project including cleanup, shall be physically completed within the time (105 working days) set forth in the contract. The culvert installation shall be completed within 20 working days. The entire project, including cleanup, shall be physically completed within the time set forth in the contract. Each calendar day, including Saturdays, Sundays, and holidays, shall be counted when computing the total contract time for completion. The time for completion of this contract has been determined considering weather patterns in the Puget Sound area which could delay or hinder placement of concrete sidewalk, driveways, asphalt paving and placement of pavement markings, among other items. The Contractor should anticipate probable delays in the construction sequence due to rainfall and weather patterns in the area and allow time for such rainy periods of weather in the construction schedule. Rainfall or rainstorms will not be considered as a delay to the Contractor in meeting the substantial completion date unless a weather storm is so significant as to cause a Federal, State, County, or City disaster proclamation directly affecting the immediate project area. The City expects to approve the award of the contract to the lowest responsive, responsible bidder at or prior to the regularly scheduled City Council meeting(see Section 1-03.3). Following the intent to award notice, the Contractor shall have ten (10) calendar days to provide all required insurance documents and other required submittals. After receipt of all proper documentation, the contract will then be awarded by the authorized City representative. Following the actual award, the City will schedule a preconstruction conference with the Contractor which is planned to occur no later than the estimated date for issuance of Notice to Proceed(see Section 1-03.3). The Contract will be considered substantially complete when all lanes of the roadway are ready to be opened to traffic with all permanent pavement markings, barriers, illumination and signage complete including installation of the box culvert, catch basin, drain pipe, water main, sidewalk, curb and gutter and streambed gravel. (See also Section 1-05.11(1)). If the Contractor does not achieve substantial completion within the specified contract time, the City will deduct from any money due or to become due to the Contractor,the liquidated damages calculated from Section 1-08.9 for each working day of delay. SECTION 1-08.8 IS REVISED BYDELETING ITEMS l THROUGH 5 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.8 Extensions of Time Upper Mill Creek Culvert Replacement/Fielding 1 -34 March 20,2008 Project Number; 07-3031 The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1)had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and(2)could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1-05.1. SECTION 1-08.9 IS SUPPLEMENTED BYDELETING THE FIRST PARA GRAPH AND INSERTING THE FOLLOWING PARAGRAPHS IN ITS PLACE: 1-08.9 Liquidated Damages Time is of the essence for this contract. The City considers it imperative that the Contractor substantially complete all work within the time for completion established in the contract. The Contractor's commitment to completing these tasks by this date comprises valuable consideration for entering into this contract. If the Contractor fails to perform as specified in Section 1-08.5, the Contractor will be in breach of this contract, and the City, as representative of the public in general, the citizens of Kent, all users who benefit from the South King County transportation network and the property owners adjacent to the project will suffer damages as a result of this breach. Without limiting the foregoing, among the damages that these persons and entities will suffer include impacts to the contract work and quality control caused by paving under unacceptable weather conditions. Contract work performed after these dates will impact the performance of other project contracts and will be either more costly to perform or will be substandard. Moreover, Contractor's failure to timely complete the work could significantly impact project costs, including costs of mitigating potential environmental impacts. Additionally, any delay arising from Contractor's failure to perform as specified above will inconvenience the traveling public, obstruct traffic, interfere with and delay commerce, and increase risks to roadway users. Finally, this delay will cause additional burdens to Kent taxpayers by increasing City time devoted to contract administration, engineering, inspection and supervision. Because the City finds it extremely difficult or impractical to calculate the actual cost of this delay, the Contractor shall pay liquidated damages in the following amounts: Upper Mill Creek Culvert Replacement/Fielding 1 -35 March 20,2008 Protect Number: 07-3031 1. If the Contractor fails to substantially complete the work by the time established in the contract,the Liquidated Damages formula established in Section 1-08.9 of the Standard Specifications shall apply the following values in order to determine the amount of liquidated damages per working day ("LD"): a. For the contract amount bid (item"C"), use the original contract amount. b. For the contract time (item"T"), compute the total number of calendar days from the date of issuance of the notice to proceed to the contract completion date. 2. If the Contractor does not achieve substantial completion by the contract completion date, the City will deduct from any money due or to become due to the Contractor, liquidated damages calculated from Section 1-08.9 for each day of delay. The City has used its best efforts to fix this amount of liquidated damages as a reasonable forecast of just compensation for the harm that will be caused from the breach; it is not intended as a penalty. In the event the City grants an extension of time for one or more calendar days prior to any of the established times for completion for a particular schedule(s), the Contractor's date for completion of the work specified herein shall be adjusted forward accordingly. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(l)IS REVISED BYREPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING. 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following information: 1. Ticket serial number(this is already imprinted on the tickets). 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. 4. Type of material. 5. Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket. 6. Weighman's identification. 7. Item number. 8. Contract number. 9. Unit of measure. 10. Legal gross weight in Remarks section. 11. Location of delivery. Upper Mill Creek Culvert Replacement/Fielding 1 -36 March 20,2008 Protect Number: 07-3031 The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.9 IS DELETED AND REPLACED BY THE FOLLOWING. 1-09.9 Payments 1-09.90) Retained Percentage There will be reserved and retained from monies earned by the Contractor, as determined by the progress estimates approved and accepted by the City, a sum equal to five percent of all amounts of such estimates. Withholding, management, and release of such retained monies shall be in accordance with the provisions of Chapter 60.28, RCW. At the option of the Contractor, the retained funds shall be: i1. Retained in a fund by the City; 2. Deposited by the City in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest on moneys reserved by the City under the provision of a public improvement contract shall be paid to the Contractor; 3. Placed in escrow with a bank or trust company by the City. When the moneys reserved are placed in escrow, the City shall issue a check representing the sum of the moneys reserved payable to the bank or trust company and the Contractor jointly. This check shall be converted into bonds and securities chosen by the Contractor and approved by the City and the bond and securities shall be held in escrow. Interest on the bonds and securities shall be paid to the Contractor as the interest accrues. The Contractor shall notify the Engineer regarding the option chosen for holding the retained funds as soon as possible after the Contract award, but at any rate within twenty calendar days from the date of issuance of the Notice to Proceed. If Contractor does not so notify the City, the Contractor shall be deemed to have made a final decision to place the monies retained in a fund by the City(Item(a) above). The Contractor in choosing option (1) or(2) agrees to assume full responsibility to pay all costs which may accrue from escrow services,brokerage charges or both, and further agrees to assume all risks in connection with the investment of the retained percentages in securities. The City may also, at its option, accept a bond for all or a portion of the Contractor's retainage. Release of retained percentage will be made sixty(60)days following the Completion date (pursuant to RCW 39.12.RCW 39.76, and RCW 60.28)provided the following conditions are met: 1 1. On contracts totaling more than $20,000.00, a release has been obtained from the Washington State Department of Revenue(RCW 60.28.051). 2. No claims, as provided by law,have been filed against the retained percentage. 3. Affidavit of Wages Paid is on file with the City for the Contractor and all Subcontractors regardless of tier(RCW 39.12.040). ' Upper Mill Creek Culvert Replacement/Fielding 1 -37 March 20,2008 Proiect Number. 07-3031 4. Asbuilt plans have been submitted to owner if required under the contract. In the event claims are filed, the Contractor will be paid the retained percentage less an amount sufficient to pay any claims,together with a sum determined by the City sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. Retainage will not be reduced for any reason below the minimum limit provided and allowed by law. Pursuant to Section 1-07.10,the Contractor is responsible for submitting to the State L&I a"Request for Release" form in order for the City to obtain a release from that department with respect to the payments of industrial insurance medical aid premiums. The City will ensure the Washington State Employment Security Department is notified of contract completion in order to obtain releases from that department. 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. SECTION 1-09.11(3) IS DELETED AND REPLACED BY THE FOLLOWING. 1-09.11(3) Time Limitation 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 Upper Mill Creek Culvert Replacement/Fielding 1 -38 March 20,2008 Proiect Number. 07-3031 to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED BY 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 Standard Specifications and any special provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and jthe special provisions must be complied with, in full, 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 SECTION 1-10.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: i1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or pedestrian or bicycle paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans (TCP's) approved by the City's Traffic Control Supervisor(TCS). The City's TCS is Rob Knutsen, telephone number 253 856-5530. Y P ( ) SECTION 1-10.2(1)IS DELETED AND REPLACED BY THE FOLLOWING: 1-10.2(1) General It is the Contractor's responsibility to plan, conduct and safely perform the work. 1 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager(TCM). The TCM must be an employee of the Contractor. The duties of the TCM may not be subcontracted. The Contractor shall also designate an individual or individuals to perform the duties of the Traffic Control Supervisor(TCS). The TCS shall be responsible for safe 1 implementation of approved Traffic Control Plans (TCP's)provided by the TCM. 1 Upper Mill Creek Culvert Replacement/Ftelding 1 -39 March 20,2008 Protect Number. 07-3031 The TCM and TCS shall be certified as work site traffic control supervisors by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or(206) 382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 A TCM and TCS are required on all projects that have traffic control. The TCM may also perform the duties of the TCS. The Contractor shall identify an alternate TCM and TCS who can assume the duties of the assigned or primary TCM and TCS in the event of that person's inability to perform. Such alternates shall meet the same requirements as the primary TCM and TCS. The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be available upon the Engineer's request at other than normal working hours. The TCM and TCS shall have the appropriate personnel equipment- including two-way radios for communications with flaggers - and material available at all times, in order to expeditiously correct any deficiency in the traffic control system. SECTION 1-10.2(1)A IS DELETED AND REPLACED BY THE FOLLOWING. 1-10.2(1)A Traffic Control Manager The duties of the Traffic Control Manager(TCM) shall include: 1. Overseeing and approving the actions of the Traffic Control Supervisor(TCS) to ensure that proper safety and traffic control measures are implemented and consistent with the specific requirements created by the Contractor's work zones and the Contract. 2. Providing the Contractor's designated TCS with approved Traffic Control Plans (TCP's) which are compatible with the work operations and traffic control for which they will be implemented. 3. Discussing proposed traffic control measures and coordinating implementation of the approved TCP's with the Engineer. 4. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any adjacent construction or maintenance operations. 5. Coordinating the project's activities (such as ramp closures,road closures, and lane closures)with appropriate police, fire control agencies, state, city or county engineering, medical emergency agencies, school districts, and transit companies. 6. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular,pedestrian and bicyclist traffic. Upper Mill Creek Culvert Replacement/Fielding 1 -40 March 20,2008 Proiect Number: 07-3031 7. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington, City of Kent Development Assistance Brochure #6-5, Traffic Control Plans, and applicable standards and specifications available at all times on the project. 8. Attending all project meetings where traffic management is discussed. 9. Reviewing the TCS diaries daily and being aware of"field" traffic control operations. 10. Assuring daily submissions of previous day's TCS diaries, indicating date of TCM review, to City's TCS. 11. Being present on-site a sufficient amount of time to adequately accomplish the above-listed duties. SECTION 1-10.2(1)B IS DELETED AND REPLACED BY THE FOLLOWING: 1-10.2(1)B Traffic Control Supervisor A Traffic Control Supervisor(TCS) shall be on the project whenever traffic control labor is required, and whenever required by the Engineer. The TCS shall personally perform all the duties of the TCS. During non-work periods, the TCS shall be available to the job site within a 45-minute time period 1 after notification by the Engineer. The TCS's duties shall include: 1 1. Inspecting traffic control devices and night time lighting for proper location, P g g g g p p installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and night time lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more also need to be inspected once during the non-working hours when they are initially set up(during daylight or darkness, whichever is opposite of the working hours). I 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the project records. The Contractor may use their own form if it is approved by the Engineer. Include in the diary such items as: a. When signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, C. Minor revisions to the approved Traffic Control Plan (TCP), d. Lighting utilized at night, and 1 e. Observations of traffic conditions. 3. Ensuring that corrections are made if traffic control devices are not functioning as required. The TCS may make minor revisions to the approved TCP to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has concurrence of the TCM and the City TCS. 4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. Upper Mill Creek Culvert Replacement/Fielding 1 -41 March 20,2008 Proiect Number- 07-3031 5. Ensuring that all needed traffic control devices are available and in good working condition prior to the need to install those devices. r 6. Having a current set of approved TCP's and applicable contract provisions as provided by the TCM and the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington, City of Kent Development Assistance Brochure #6-5, Traffic Control Plans, and applicable standards and specifications. The TCS may perform the work described by"Traffic Control Labor" as long as the duties of the TCS are accomplished, and the TCS has possession of a current flagging card. An ANSI Type II retro-reflective vest and a hard hat shall be worn by the TCS whenever they are on the project. SECTION 1-10.2(2)IS DELETED AND REPLACED BY THE FOLLOWING: 1-10.2(2) Traffic Control Plans (TCP's) The Traffic Control Plan(TCP) or Traffic Control Plans (TCP's) appearing in the contract plans show a method of handling traffic. All flaggers are to be shown on the Traffic Control Plan (TCP) except for emergency situations. If the Contractor's methods differ from the contract TCP's, the Contractor shall propose modification of the TCP's by submitting supplemental TCP's showing the necessary construction signs, flaggers, and other traffic control devices required for the project to the City's Traffic Control Supervisor(TCS) for review and approval. The Contractor's supplemental TCP's shall be in accordance with the established standards for plan development as shown in the MUTCD, Part VI, including Washington State Modifications to the MUTCD, WSDOT publication M 24-01, and the more stringent requirements of City of Kent Development Assistance Brochure #6-5, Traffic Control Plans. The Contractor's supplemental TCP's shall be submitted to the City's TCS for review and approval at least ten calendar days in advance of the time the signs and other traffic control devices will be required. The Contractor shall be solely responsible for providing copies of the approved TCP's to the Traffic Control Supervisor(TCS). THE FIRST PARAGRAPH OF SECTION 1-10.2(3)IS DELETED AND REPLACED BY THE FOLLOWING: 1-10.2(3) Conformance to Established Standards Traffic Control Plans (TCP's), flagging, signs, and all other traffic control devices furnished or provided by the Contractor shall conform to the standards established in the latest approved edition of the Manual on Uniform Traffic Control Devices (MUTCD) adopted by the Washington State Department of Transportation (WSDOT), and published by the U.S. Department of Transportation; and the Washington State Modifications to the MUTCD,publication M 24-01 published by WSDOT, except as modified by the more stringent requirements contained within the City of Kent Development Assistance Brochure #6-5, Traffic Control Plans. Copies of the MUTCD may be purchased from the Superintendent of Documents, Upper Mill Creek Culvert Replacement/Fielding 1 -42 March 20,2008 Protect Number: 07-3031 U.S. Government Printing Office, Washington,DC, 20402. Washington State Modifications to the MUTCD,publication M 24-01, may be obtained from the Department of Transportation, Olympia, Washington 98504. City of Kent Development Assistance Brochure #6-5, Traffic Control Plans,may be obtained from the City of Kent Public Works Department. When these publications appear to be in conflict, the decision of the City's Traffic Control Supervisor(TCS) shall be final. THE LAST TWO SENTENCES IN THE FOURTH PARAGRAPH OF SECTION 1-10.2(3)ARE DELETED AND REPLACED BY THE FOLLOWING: When the Contractor obtains new traffic control devices or equipment subject to the requirements of NCHRP 350 Category 2, the Contractor will first provide to the City verification that such new traffic control devices or equipment have been certified NCHRP 350 compliant. THE LAST SENTENCE OF THE LAST PARAGRAPH IN SECTION 1-10.2(3)IS DELETED AND REPLACED BY THE FOLLOWING: When a sign or traffic control device becomes classified less than"acceptable" it shall be left in place until replaced with an acceptable sign or traffic control device. The replacement must occur within 12 hours, and only then will that traffic control device be removed from the project. ' SECTION 1-10.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.3(1) Traffic Control Labor 1 Flaggers shall beequipped with portable two-way radios with a range suitable for the project. The radios will be capable of having direct contact with the Traffic Control Manager, Traffic Control Supervisor, and project management(foremen, superintendents, etc.). The hours eligible for"Traffic Control Labor"will be those hours actually used for the previously described work. Any work described under Section 1-10.2(1)B performed by a Traffic Control Supervisor(TCS) will be paid for as "Traffic Control Labor"per hour. 1 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED BY THE FOLLOWING: 1-10.3(3)A Construction Signs All signs required by the Traffic Control Plans(TCP's)approved by the City's Traffic Control Supervisor, as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean,neat, and presentable condition until the necessity for them has ceased. All non-applicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved Upper Mill Creek Culvert Replacement/Fielding 1 -43 March 20,2008 Proiect Number: 07-3031 product specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, the Contractor,upon approval of the Engineer, shall remove all signs,posts, and supports from the project and they shall remain the property of the Contractor. All orange background construction signs shall utilize materials and be fabricated in accordance with Section 9-28. All orange background construction signs shall be fabricated with Type IV or Type VII fluorescent orange sign sheeting. All post mounted signs with Type IV or VII sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting. Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi-permanent nature. Sign and support installation for Class A signs shall be in accordance with the contract plans or the Standard Plans. Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. In the event of disputes,the Engineer will determine if a construction sign is considered as a Class A or B construction sign. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1)be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. Payment for setup and take down of Class B signs will be under the contract price for"Traffic Control Labor" and will be limited to the work described in Section 1- 10.3(1), and for transportation described in Section 1-10.3(2) when there is a contract price for"Traffic Control Vehicle." Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be promptly replaced by the Contractor without additional compensation. SECTION 1-10.3(3)B IS DELETED AND REPLACED BY THE FOLLOWING. i 1-10.3(3)B Sequential Arrow Signs (SAS) When an approved Traffic Control Plan (TCP) includes the Sequential Arrow Signs (SAS) traffic control device, that SAS will meet the requirements of the MUTCD and the following: 1. The SAS shall have the following three mode selections: a. Flashing Arrow, Sequential Arrow, or Sequential Chevron mode; and b. A flashing Double Arrow mode; and C. A flashing Caution mode. Upper Mill Creek Culvert Replacement/Fielding 1 -44 March 20,2008 Protect Number: 07-3031 i 2. The panel display for the SAS shall be 96 inches by 48 inches in size, unless ' otherwise specified on the TCP approved by the City's Traffic Control Supervisor. 3. Arrow panel elements shall be capable of at least a 50 percent dimming from full brilliance. The dimmed mode shall be used for night time operation of sequential arrow panels. 4. All sequential arrow panels shall be finished in non-reflective black. 5. The sequential arrow panel shall be mounted on a vehicle, a trailer, or other suitable device. I 6. The color of the light emitted shall be yellow. 7. The power source for the sign shall be capable of operating the lamps at their optimum light level for the entire period of operation. The power generating equipment for the SAS must not exceed the maximum permissible environmental noise levels of the City of Kent Noise Ordinance, Chapter 8-05 KCC, when measured at a distance of 20 feet. 8. A control panel, using solid state circuitry, shall be enclosed in a ventilated, vandal-resistant box. A photometric control, with manual override, shall automatically dim the lights during hours of darkness. The location and use of the SAS will meet the following guidelines: ' 1. When SAS's are used to close multiple lanes, a separate SAS shall be used for each lane closure. A single SAS shall not be used to shift traffic laterally more than one lane. 2. When prevailing speeds through the work zone exceed 40 mph, the SAS must be protected by crashworthy barriers, or shielded with impact attenuators or crash cushions meeting the requirements of NCHRP 350. SECTION 1-10.3(3)C IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-10.3(3)C Portable Changeable Message Sign The PCMS shall meet the requirements of the MUTCD and the following: IThe PCMS shall employ one of the following technologies: 1. Back-lighted split-flap 2. Fiber optic/shutter 3. Light emitting diode 4. Light emitting diode/shutter 5. Flip disk ' Regardless of the technology, the PCMS shall meet the following general requirements: 1. Light emitting and must not rely solely on reflected light. 2. Have a display consisting of individually controlled pixels no larger than 2 1/2 1 inch by 2 1/2 inch. If the display is composed of individual character modules, the space between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix. Upper Mill Creek Culvert Replacement/Fielding 1 -45 March 20,2008 Proiect Number- 07-3031 3. When activated, the pixels shall display a yellow or orange image. When not activated, the pixels shall display a flat black image that matches the r background of the sign face. 4. Capable of displaying alphanumeric characters that are a minimum of 18 inches in height. The width of alphanumeric characters shall be appropriate for the font. The PCMS shall be capable of displaying three lines of eight characters per line with a minimum of one pixel separation between each line. 5. The PCMS message,using 18 inch characters, shall be legible by a person with 20/20 corrected vision from a distance of not less than 800 feet centered around an axis perpendicular to the sign face. 6. The sign display shall be covered by a stable, impact resistant polycarbonate face. The sign face shall be non-glare from all angles and shall not degrade due to exposure to ultraviolet light. 7. Capable of simultaneously activating all pixels for the purpose of pixel diagnostics. Any sign that employs flip disk or shutter technology shall be programmable to activate the disks/shutters once a day to clean the electrical components. This feature shall not occur when the sign is displaying an active message. 8. The light source shall be energized only when the sign is displaying an active message. 9. Equipped with a redundant light source such that the sign will continue to emit light if one of the light sources fails. , The PCMS panels and related equipment shall be permanently mounted on a trailer with all controls and power generating equipment. The power generating equipment for the PCMS must not exceed the maximum permissible environmental noise levels of the City of Kent Noise Ordinance, Chapter 8-05 KCC, when measured at a distance of 20 feet. , The PCMS shall be operated by an easy to use controller that provides the following ' functions: 1. Select any preprogrammed message by entering a code. 2. Sequence the display of at least five messages. 3. Blank the sign. 4. Program new message, which may include moving arrows and chevrons. 5. Mirror the message currently being displayed or programmed. Portable changeable message sign(s) shall be available, on site, for the life of the , project. The Contractor shall operate the PCMS in accordance with the approved traffic control plans or as directed by the Engineer. The PCMS shall not be used in lieu of sequential arrow signs. The location and use of the PCMS will meet the following guidelines: 1. Each PCMS must be located so that it provides the maximum legibility r distances from all of the approach lanes. ■ 2. Each phase of the PCMS message will be limited to no more than two displays. Upper Mill Creek Culvert Replacement/Fielding 1 -46 March 20,2008 Project Number- 07-3031 3. Messages having more than two phases will not be permitted. 4. When abbreviations are used in a PCMS message,they will conform to guidelines provided in Tables 34, 35 and 35 found in the Older Driver Highway Design Handbook, FHWA, January 1998. 5. All PCMS messages must be approved in writing by the City's Traffic Control Supervisor(TCS) when those messages are not clearly stated on the approved TCP. 6. When prevailing speeds through the work zone exceed 40 mph, the PCMS must be protected by crashworthy barriers, or shielded with impact attenuators or crash cushions meeting the requirements of NCHRP 350. SECTION 1-10.3(3)D IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.3(3)D Barricades The barricades shall be constructed in accordance with the details shown in the MUTCD and the Standard Plans. The barricade width shall be 10-feet unless another width is specified on the approved Traffic Control Plan (TCP). If it is necessary to add mass to barricades for stability, only bags of sand that will rupture on impact shall be used. The bags of sand shall: ' 1. Be furnished by the Contractor. 2. Have a maximum mass of 40 pounds. 3. Be placed no more than 1 foot above the ground. ' As may be indicated in the TCP, the Contractor may be required to install signs, warning lights, or both, on barricades. SECTION 1-10.3(3)E IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.3(3)E Traffic Safety Drums Traffic safety drums shall be manufactured specifically for traffic control purposes, and shall be fabricated from low density polyethylene that maintains its integrity upon impact. The drums shall be of the following general specifications: Overall Height: 36 inches minimum Overall Width: 18 inch minimum in the direction(s)of traffic flow. If the front to back dimension is less than 18 inches, only those drums specifically approved by the Engineer will be permitted. Shape: Rectangular, hexagonal, circular, or flat-sided semi-circular. Color: The base color of the drum shall be fade resistant safety orange. Reflective Stripes: The exterior vertical surface shall have at least two orange and two white circumferential stripes. Each stripe shall be 4 to 6 inches wide and shall be reflectorized. If there are non-reflectorized spaces between the horizontal orange and white stripes they shall be no more than 2 inches wide. Reflective stripes shall Upper Mill Creek Culvert ReplacementlFielding 1 -47 March 20,2008 Protect Number. 07-3031 be 3-M flexible 3810,Reflexite PC 1000,3-M Diamond Grade, or Avery Dennison W-6100. The traffic safety drums shall be designed to accommodate at least one portable light ' unit. The method of attachment shall ensure that the light does not separate from the drum upon impact, and shall meet the requirements of NCHRP 350 as certified by the manufacturer of the device. The Contractor shall obtain the manufacturer's certification documentation for all such devices purchased and shall keep the documentation available for inspection throughout the life of the project. When recommended by the manufacturer, drums shall be treated to ensure proper t adhesion of the reflective sheeting. If approved by the Engineer, used drums with new reflective sheeting may be used, ' provided all drums used on the project are of essentially the same configuration. The drums shall be designed to resist overturning by means of a weighted lower unit that will separate from the drum when impacted by a vehicle. The lower unit shall be a maximum of 4 inches high and shall be designed to completely enclose the ballast. The lower unit, with ballast, shall have a minimum weight of 10 pounds and maximum weight of 50 pounds. The base shall be designed to resist movement or creeping from wind gusts or other external forces. The drums shall be designed to resist rolling if overturned. Drums shall be regularly maintained to ensure that they are clean and that the drum ' and reflective material are in good condition. If the Engineer determines that a drum has been damaged beyond use, or provides inadequate reflectivity, a new drum shall be furnished. f When no longer required, as determined by the Engineer, the drums shall remain the , property of the Contractor and shall be removed from the project. SECTION 1-10.3(3)F IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-10.3(3)F Barrier Drums The Temporary Barriers shall be installed in accordance with the details shown in the MUTCD, and approved Traffic Control Plan (TCP). The barrier shall be NCHRP 350 compliant, and the Contractor shall provide verification of this ' requirement. SECTION 1-10.3(3)J IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-10.3(3)J Truck-Mounted Attenuator The TMA shall be mounted on a vehicle with a minimum weight of 15,000 pounds ' and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is , placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the unit Upper Mill Creek Culvert Replacement/Fielding 1 -48 March 20,2008 Proiect Number: 07-3031 r complies with NCHRP 230 or 350 requirements. TMA's shall be selected from the approved TMA's listed on the Qualified Products List. The Contractor shall have a spare TMA and operator(if necessary) available to replace a damaged or disabled TMA. Replacement shall be accomplished as soon as the damaged TMA has been removed. The Contractor shall immediately repair to ' the manufacturer's specifications, all damage to a TMA not deemed extensive enough to warrant replacement as determined by the Engineer. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed,the Contractor shall install additional lights to provide fully visible brake lights at all times. The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4-inch yellow stripes, alternating non-reflective black and reflective yellow sheeting, slanted at 45 degrees in an inverted"V"with the "V" at the center of the unit. The TMA shall be positioned to separate and protect construction zone work activities from normal traffic flow. ' During use, and during those times when the TMA is not parked outside of the 12- foot safety zone, the attenuator shall be in the full down-and-locked position. For stationary operations, the truck's parking brake shall be set. SECTION 1-10.4 IS DELETED AND REPLACED BY THE FOLLOWING: 1-10.4 Measurement No unit of measure will apply to the position of Traffic Control Manager(TCM) and it will be considered incidental to unit contract prices. When the TCM performs the r duties of Traffic Control Supervisor(TCS), measurement and payment will be as specified for the TCS. Traffic Control Supervisor(TCS) will be measured for each hour a person is actually performing the duties described in Section 1-10.2(1)B as authorized by the Engineer. Portions of an hour will be rounded up to a whole hour. A minimum of 4 hours will ' be paid when the Engineer authorizes the TCS to be on the job site during non- working shifts. Traffic Control Labor will be measured by the hour for each hour a person is actually performing the work described by Section 1-10.2(1) B, and Section 1-10.3(1) of the specifications. Eligible hours for Traffic Control Labor under this item shall be limited to the hours the worker is actually performing the work as documented by the Contractor's TCM, City Inspector's records, and upon the Contractor's Certified Payroll Records submitted to the City Inspector. Portions of an hour will be rounded up to a whole hour. Upper Mill Creek Culvert Replacement/Fielding 1 -49 March 20,2008 Project Number. 07-3031 r Traffic Control Vehicle will be by the day on the days when a vehicle or vehicles are actually being used to perform the work described in Section 1-10.3(2). More than , one vehicle may be used to perform this work,however all vehicles used on any day will be measured as one unit for that day. Vehicles required to be furnished by any other specifications such as Sections 1-10.2(1) and 1-10.3(6) may be used for doing the work required by Section 1-10.3(2), however those vehicles will not be measured for payment under this section. ' Class A Construction Signs will be measured by the square foot of panel area. A Class A Construction Sign may be used in more than one location and will be measured for payment for each new installation. Class B construction signs will not be measured for payment. Sign posts or supports will not be measured for payment. No specific unit of measurement will apply to the lump sum item of Temporary r Traffic Control Devices. Contractor Piloted Traffic Control will be by the hour for any one pilot car control r area. Portions of an hour will be rounded up to a whole hour. Portable Changeable Message Signs (PCMS) will be measured per day for each day that the PCMS is in operation within the project limits. The days of operation will be determined by the Engineer. Days of operation in excess of those determined by ' the Engineer will be at the Contractor's expense. Portions of a day will be rounded up to a whole day. Sequential Arrow Signs SAS will be measured per day for each day that the SAS is , q g ( ) p Y Y in operation within the project limits. The days of operation will be determined by the Engineer. Operation of the Sequential Arrow Signs over and above those days authorized by the Engineer shall be at the Contractor's expense. Where Traffic Safety Drums are specifically shown on a Traffic Control Plan(TCP) t approved by the City's Traffic Control Supervisor(TCS), traffic safety drums will be measured per each, for the maximum number of drums in place at any one time plus , the number of drums replaced due to damage by traffic. Truck Mounted Attenuators (TMAs) will be measured per each, one time only, for ' each truck with mounted truck mounted impact attenuator used on the project. The final pay quantity shall be the maximum number of TMAs in place at any one time. Operation of Truck Mounted Attenuators will be measured by the hour when r manned and operated. Manned and operated shall be when the TMA has an operator and is required to move, in operating position, with the construction operation or , when moving the TMA from one position to another on the project. Traffic Safety Drums will be measured per each. The final pay quantity for Traffic Safety Drums will be the maximum number of barricades in place at any one time,plus the number of drums replaced due to damage by traffic. No measurement will be made for warning lights. Upper Mill Creek Culvert Replacement/Fielding 1 -50 March 20,2008 ' Project Number: 07-3031 Type III Barricades will be measured per each. The final pay a quantity for Type III barricades will be the maximum number of q tY Yp barricades in place at any one time, plus the number of barricades replaced due to damage by traffic. No measurement will be made for warning lights. 1 When the approved Traffic Control Plan (TCP) requires that signs be installed on the Type III barricade, the signs will be considered part of the project traffic control and will be measured by the square foot as a Class A construction sign, except that when the sign is relocated in conjunction with the relocation of the Type III barricade, no additional measurement will be made for the Class A construction sign. Temporary Barriers will be measured by the foot of barrier actually installed in conformance to the approved Traffic Control Plan(TCP). The TCP will show the minimum distance of barrier to be installed, but the amount of barrier will be rounded up to reflect the actual barrier distance required to provide this minimum distance as determined by the Engineer. When there is a conflict, the length of the barrier will be determined the Engineer. Additional barrier provided in excess of that amount determined necessary by the Engineer will be at the Contractor's expense. ' No specific measurement will be made for the Force Account item for Impact Attenuators. SECTION 1-10.S IS DELETED AND REPLACED BY THE FOLLOWING: 1-10.5 Payment ' Payment will be made in accordance with Section 1-04.1 for the following bid items Y g when they are included in the Proposal: The unit contract price for"Temporary Bike/Pedestrian Detour"price per lump sum ' shall be full pay for all costs involved in installing, maintaining and removing the temporary detour including but not limited to: clearing and grubbing, temporary 6' high chain link fence, install, stake and remove 6' x 140' of ground cover fabric, install, compact and remove 5' x 140' x 3" depth crushed surfacing top course 5/8" minus, install and remove temporary battery powered lighting along full length of detour, and restoration of temporary bike/pedestrian detour area. Temporary 6' high chain link fence, and ground cover fabric shall be paid under bid items 1105 and 1110. The unit contract price for"Traffic Control Labor"per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1)of the Special Provisions, 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 weekly basis. ' Upper Mill Creek Culvert Replacement/Fielding 1 -51 March 20,2008 Protect Number: 07-3031 The unit contract price for"Construction Signs Class A"per square foot of panel ' area shall be full pay for all costs for performing the work described in Section 1- 10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of Class A signs, , and ultimate return of any City-furnished signs. Payment will not be made for Class A signs delivered to, or removed from the project without the approval of the City's Traffic Control Supervisor. The unit contract price for"Traffic Control SupervisorI' 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. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for"Traffic Control Labor". The lump sum contract price for"Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(5). 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"Type III Barricade"per each will be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for relocating barricades to a new location in accordance with the plans, approved , Traffic Control Plans (TCP's), or as ordered by the Engineer, or moving barricades to or from temporary storage, as approved by the Engineer, will be paid under the item "Traffic Control Labor". 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(7). Relocation of the PCMS within the project limits 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 Standard Specifications and/or the Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: Upper Mill Creek Culvert Replacement/Fielding 1 -52 March 20,2008 ' Proiect Number 07-3031 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control ' Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. ' No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the Special Provisions. 1 Upper Mill Creek Culvert Replacement/Fielding 1 -53 March 20,2008 Protect Number: 07-3031 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ' SECTION 2-02.1 IS SUPPLEMENTED BYADDING THE FOLLOWING. 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. ' SECTION 2-02.3 IS REVISED BYREPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements ' The City has identified the following materials that are marked for removal, but that will be salvaged as part of this project: 1. Type III Barricade The salvaged materials listed above shall be removed,hauled and stored at the following site(s): 1. City of Kent Maintenance Facility - 5821 S. 240th Street ' All improvements that are not designated for removal but that are damaged b the p � � g Y Contractor's operations shall be replaced,restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. SECTION 2-02.3(3)IS DELETED AND REPLACED BY 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 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 Upper Mill Creek Culvert Replacement/Fielding 2- 1 March 20,2008 Project Number- 07-3031 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.S IS SUPPLEMENTED BYADDING 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 Cement Concrete Sidewalk" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications. The unit contract price per lineal foot for"Remove Cement Concrete Curb and , Gutter" constitutes complete compensation for furnishing all labor,materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. The unit contract price per each for"Remove and Relocate Existing Catch Basin or Manhole" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove and relocate the existing structure as shown on the plans and described in the specifications. The unit price shall include but not be limited to excavation, concrete plugging any remaining pipes,removal,relocation, backfilling, with gravel borrow and compaction. Any frames, grates, or risers shall be hauled and disposed of by the Contractor unless deemed salvageable as determined by the Engineer. ' "Saw Cut Existing Asphalt Concrete Pavement" The unit price contract price per lineal foot for the above item 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: unit bid rice ' (Encountered thickness—6 inches)x p =6 inches additional compensation Upper Mill Creek Culvert Replacement/Fielding 2-2 March 20,2008 Project Number: 07-3031 F r o example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/LF then its additional compensation for the extra thickness would be: ' (8—6) x $6 0 = $0.67/LF in addition to the unit bid price. No other ® compensation shall be allowed. ■ A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of ' pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. The unit contract price per lineal foot for"Remove Existing 26" HDPE Metro Force Main" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to cut the existing 26" HDPE pipe,remove the pipe as shown on the plans and described in the specifications. The unit bid price shall also include ' but not be limited to excavation, installation of 26" HDPE end caps manufactured by High Country Fusion, P.O. Box 509, Fairfield, Idaho, 83327 (800) 780-6330) or equal; removal, disposal, backfilling with gravel borrow and compaction. 2-03 ROADWAY EXCAVATION AND EMBANKMENT ' SECTION 2-03.3(7)C IS SUPPLEMENTED BYADDING 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 Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City of Kent,wetlands are identified by using the Corps of Engineers ' Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(14)D IS SUPPLEMENTED BYADDING 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. ' Upper Mill Creek Culvert Replacement/Fielding 2-3 March 20,2008 Project Number. 07-3031 2_ E 06 SUBGRAD PREPARATION SECTION 2-06.3(1)ITEM 6 IS DELETED AND REPLACED BY 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.S IS SUPPLEMENTED BYADDING 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 BY THE FOLLOWING: 2-07.4 Measurement i The Contractor shall obtain a hydrant meter and permit from the City of Kent , 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 Contractor shall be responsible for paying all water use costs at the current City rate. Prior to issuance of the hydrant meter(and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City of Kent Customer Service Division located on the first floor of the Centennial Building 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 and all water use fees have been paid to date. ' 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. Upper Mill Creek Culvert Replacement/Fielding 2-4 March 20,2008 Project Number. 07-3031 ' 2-09 STRUCTURE EXCAVATION ' 2-09.1 Description This work includes roadway excavation and earth embankment construction. SECTION 2-09.3(1)E IS SUPPLEMENTED BYADDING THE FOLLOWING: t2-09.3(1)E Backfilling ' Culvert trenches shall be backfilled with Bank Run Gravel for Trench Backfill in accordance with the Geotechnical Engineering Report included in the Appendix. Roadway embankments shall also be constructed with Bank Run Gravel for Trench Backfill. Backfill shall be placed and uniformly compacted in horizontal lifts and to a minimum of 90 percent of the maximum dry density within a horizontal distance of 24 inches beyond the sides of the culvert. Backfill beyond 24 inches from the sides of the culvert shall be compacted to 95 percent of the maximum dry density. The maximum dry density shall be determined in accordance with ASTM D-1557 test procedures. Heavy vibratory equipment shall not be allowed to encroach within a minimum distance of 24 inches from the sides of the culvert. The lift thickness used during placement and compaction will depend on the 1 moisture and gradation characteristics of the soil and type of equipment being used. If necessary, the material should be moisture conditioned to near-optimum moisture content prior to compaction. Compaction must be achieved by mechanical means. ' Jetting, ponding, or flooding cannot be used for compaction. During fill and backfill placement, sufficient testing of in-place density should be conducted to verify that adequate compaction is being achieved. The roadway embankment shall be performed in accordance with Section 2-03.3(14) ' Embankment Construction. SECTION 2-09.4 IS SUPPLEMENTED BYADDING THE FOLLOWING. t2-09.4 Measurement Only one determination of the original ground elevation will be made on this project. Measurement for structure excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. Structure excavation shall be measured per cubic yard to the maximum pay widths shown on the Plans. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. ' Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, but use of the average end area method or by the finite 1 element analysis method utilizing digital terrain modeling techniques. ' Upper Mill Creek Culvert Replacement/Fielding 2-5 March 20,2008 Project Number: 07-3031 ground Copies of the ound cross-section notes will be available for the bidder's inspection, ' p ' before the opening of bids, at the Project Engineer's office. ' Upon award of the contract, copies of the original ground cross-sections will be furnished to the successful bidder on request to the Project Engineer. Bank run gravel for trench backfill shall be measured per ton to the maximum pay widths shown on the Plans. SECTION 2-09.S IS DELETED AND REPLACED WITH THE FOLLOWING: 2-09.5 Payment , The unit contract price per lump sum for"Excavate and Support Two Existing 4west Buried Conduits" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary or incidental to excavate and support the two existing Qwest buried PVC conduits encased in controlled density fill prior to and during the box culvert installation as shown on the plans and described in the specifications. Coordination with Qwest shall be incidental to this bid item. The unit contract price per cubic yard for"Controlled Density Fill" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary or incidental to furnish and place 50 psi controlled density fill as shown on the plans and described in the Standard Specifications. Upper Mill Creek Culvert Replacement/Fielding 2-6 March 20,2008 Project Number: 07-3031 DIVISION 4 — B SES 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements SECTION 4-04.3(2)IS SUPPLEMENTED BYADDING 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 REVISED BYDELETING THE FIRST PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: i4-04.3(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 BYADDING 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 BYADDING THE FOLLOWING: 4-04.5 Payment "Crushed Surfacing Top Course, 5/8 Inch Minus" "Crushed Surfacing Base Course, 1 1/4 Inch Minus" "Crushed Surfacing Top Course, 5/8 Inch Minus for Water Main" "Crushed Surfacing Base Course, 1 1/4 Inch Minus for Water Main" The unit contract price per ton for the above item(s) constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. Upper Mill Creek Culvert Replacement/Fielding 4- 1 March 20,2008 Project Number. 07-3031 1 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 Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT MIX ASPHALT ' SECTION 5-04.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.1 Description Section 5-04 of the Standard Specifications is modified per the WSDOT GSP "Hot Mix Asphalt"as included, except as modified herein. SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 5-04.2 Materials Recycled materials for the pavement sections shall not be allowed. SECTION 5-04.3(7)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.3(7)A Mix Design The City of Kent at its option may approve a current WSDOT approved mix design, Class 3/4" in place of performing a mix design,provided, however, that such mix design shall include a minimum asphalt content of 5%by total mix weight and anti- stripping compound. Anti-stripping compound shall be added to the asphalt material in accordance with Section 9-02.4. If the City is not satisfied with the mix submitted, a full mix design will be performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. ISECTION 5-04.3(8)A IS DELETED AND REPLACED BY THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing-HMA Mixture Acceptance Sampling and Testing shall be as follows: 1. Asphalt Cement and Gradation: Extraction tests shall be taken eve 500±tons P every as determined by the Engineer or each day whichever is less. 2. The Engineer is not precluded from taking more tests above if deemed necessary. Upper Mill Creek Culvert Replacement/Fielding 5- 1 March 20,2008 Project Number: 07-3031 The Contractor is res responsible to meet the required compacting asphalt cement 3p q p g p content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be considered on a case- by-case basis by the Engineer and may require a credit to the City based on Section 5-04.5(1)A of the Standard Specifications. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal of material that does not meet the contract specifications. SECTION 5-04.3(9)IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing Asphalt concrete Class 3/4" shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer. The minimum compacted depth of Class 3/4" asphalt concrete shall be 1 1/2 inch. Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. SECTION 5-04.3(10)IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). p tY h' Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3(10)B IS DELETED AND REPLACED BY THE FOLLOWING. 5-04.3(10)B Control For Asphalt Concrete Class A, B, E, F and G, where paving is in the traffic lanes, including lanes for ramps, truck climbing,weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum 92 percent of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. Cores used to check density will be approved only when designated by the Engineer. Upper Mill Creek Culvert Replacement/Fielding 5 -2 March 20,2008 Project Number- 07-3031 At the start of compaction paving q p, if requested by the Contractor, a action test section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on the ability of the mix to attain the specified minimum density (92 percent of the maximum density determined by WSDOT Test Method 705). In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. SECTION 5-04.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 5-04.3(22) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. SECTION 5-04.5 IS DELETED AND REPLACED BY THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: "HMA Class 3/4", PG 64-22" "HMA Class 3/4", PG 64-22 for Water Main" The unit contract price per ton for the above items shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for driveways, permanent utility patches, sidewalk ramps, and other areas at the locations shown on the plans, as specified herein and as directed by the Engineer. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. "Cold Plant Mix for Temporary Pavement Patch" "Cold Plant Mix for Temporary Pavement Patch for Water Maid" The unit contract price per ton for the above items shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, removing and disposing of Cold Plant Mix as required to provide temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. SECTION 5-04.5 IS REVISED BYDELETING THE LAST THREE(3)ITEMS. SECTIONS 5-04.5(1), 5-04.5(1)A AND 5-04.5(1)B ARE DELETED IN THEIR ENTIRETY. ' 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Upper Mill Creek Culvert Replacement/Fiekling 5 -3 March 20,2008 Project Number: 07-3031 DIVISION 7— DRAINAGE STRUCTURES. STORM SEWERS, SANITARY SEWERS. WATER MAINS AND CONDUITS 7-00 GENERAL REOUIREMENTS 7-00.1 Requirements for All Utilities The following requirements apply to all underground utility or conduit installations and related construction including the concrete box culvert. 7-00.1(3) Construction Requirements for All Utilities 7-00.1(3)A Dewatering Pipe trenches shall be kept free from water during excavation,pipe laying and jointing, and pipe embedment, in an acceptable manner. Surface water shall be diverted, and ground water shall be kept pumped down, or otherwise removed, to the extent necessary to keep the trench free from water and the bottom stable. Before trenching operations begin, the Contractor shall have available on the site of the ' work sufficient pumping equipment and/or other machinery to assure that the provisions of the above paragraph can be maintained. jAdditional measures may be necessary to insure proper construction conditions, including such items as allowable ditch widths. They shall be the responsibility of the Contractor. If well points are used, they shall adequately spaced to provide the necessary 1 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 failure of dewatering equipment, such that the dewatering operation is stopped, the Contractor shall immediately notify the Engineer and restore the operation of the dewatering equipment at once. In the event of damage to other operations resulting from the failure of the ' Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. All dewatering operations shall be adequate to assure the integrity of the finished project, and shall be the responsibility of the Contractor. Upper Mill Creek Culvert Replacement/Fielding 7- 1 March 20,2008 Protect Number: 07-3031 It shall be the sole responsibility of the Contractor to dispose of all waters resulting from his dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. 1. Disposal into the existing storm drain facilities (pipe, 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. ' 5. The Contractor may discharge to the existing sanitary sewer system with METRO approval. Call (206) 263-3008 (Jim Sifford)for information on how to obtain an industrial waste discharge permit. 6. Should no feasible alternative exist and upon approval of the City, the Contractor may apply to the Department of Ecology for a"Temporary Modification of Water Quality Standards". This order, if approved, will allow an unavoidable violation of state water quality criteria, particularly the turbidity criterion, on a short-term basis. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. 7-00.1(3)B Pipe Clearances At locations of pipe crossing between new or existing pipes the minimum vertical clearance should be one-half foot. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1 - 2 PSF Styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. Upper Mill Creek Culvert Replacement/Fielding 7-2 March 20,2008 Project Number: 07-3031 7-00.1(3)C Adjustment, Resetting and Relocation of Utilities Adjustment or resetting of existing improvements to finished grades or new J g g p improvements including but not limited to catch basins, manholes, utility valves, water meter boxes and/or assemblies, blowoffs,grates, cleanouts, monument cases and covers in accordance to the plans and Specifications of the Contract or as directed by the Engineer shall be accomplished by the Contractor. The final adjustments shall be done after the final lift of asphalt is placed when located within an asphalt area. Necessary relocation of City utilities shall be done by the Contractor. All construction in performing adjustment, resetting or relocation of existing utilities shall conform to the Standard Specifications, Standard Plans and City of Kent Standard Details for new construction. Also see Section 7-05.3 of the Kent Special Provisions. Locating all existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City,even if the Contractor has vacated the project site. 7-00.1(3)D Street Restoration Street restoration shall be in accordance with the following unless specified otherwise on the plans or in the special provisions. 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 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. Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench 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. Upper Mill Creek Culvert Replacement/Fielding 7-3 March 20,2008 Project Number: 07-3031 In all cases, the asphalt, crushed surfacing, and gravel base 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" greater than the existing section. 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. 7-00.1(3)E Trench Excavation and Backfill Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. Trench backfill in paved(street, sidewalk) areas or other areas where minor [ settlement would be detrimental as determined by the Engineer, shall be placed in successive layers not exceeding eighteen(18) inches in loose thickness, except that the layers of the top two (2) feet shall not exceed eight (8) inches in loose thickness. Each layer shall be compacted to at least 95%of maximum density in paved areas and 90% in unpaved areas measured in accordance with ASTM D 1557 (Modified Proctor) by use of such compaction equipment as called for in Section 2-03.3(14)C of the Special Provisions. The trench shall be backfilled with Gravel Backfill for Pipe Zone Bedding g as specified in the proposal. See Section 9-03.12 of the Special Provisions. All materials shall be from a pit approved by the Engineer. The maximum particle size shall not exceed 6" or 2/3 the depth of the layer being placed, whichever is less. Pipe trench backfill for lateral runs crossing existing or proposed improved City streets, shall be 1-1/4 inch minus crushed rock. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. 7-00.1(3)F Temporary Creek Bypass The temporary creek bypass shall be designed to bypass a minimum of 10 cfs and shall be installed as soon as all BMPs shown on the temporary erosion and sedimentation control plan are in place and approved by the Engineer. The Contractor may substitute a different temporary diversion dam for that specified with approval of the Engineer. The temporary diversion dam shall be plated perpendicular to the channel and of sufficient height to maximize detention, without causing water to flow over the creek banks. The Contractor shall hire a fisheries biologist to safely capture and move fish from the project area. The temporary diversion dam shall be removed carefully to assure that sediment will not exceed water quality standards. Upper Mill Creek Culvert Replacement/Fielding 7-4 March 20,2008 Project Number: 07-3031 7-00.1(5) Payment Payment for dewatering, storm tanker truck and supplemental creek bypass pumping shall be per force account. Payment for the above adjustments, resettings and relocations including all labor, materials, tools and equipment shall be considered incidental to the construction and all costs shall be included by the Contractor in the unit contract price of other bid items except for those items which are specifically included in the proposal. Payment for said items shall be included under the gpropriate bid item. Payment for the street restoration, including all labor,materials, tools and equipment shall be considered incidental to the construction, and all costs thereof shall be included by the Contractor in the unit contract price of other bid items, except for the HMA Class B, PG 64-22. Payment for this item shall be at the appropriate unit contract price. The unit contract price per force account for"Stormwater Tanker Truck" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide and maintain the tanker truck for stormwater collection, storage and disposal. Turbid stormwater that cannot be detained onsite through standard construction practices or other TESC measures, as determined by the Engineer, shall be collected and stored with a stormwater tanker truck. Once acceptable levels of turbidity are achieved,the Contractor shall release the stormwater at a controlled flow rate as to not cause erosion, scour or sedimentation to ditches, streams, or other downstream systems. Payment to use the stormwater tanker truck in conjunction with the dewatering system, as required, shall be included in the contract price. If the stormwater tank is not used,the Contractor will not be paid for the operator or the vehicle. The unit contract price per force account for"Dewatering System" constitutes complete compensation for all labor, materials,tools, supplies, and equipment necessary to provide and maintain the dewatering system for stormwater pumping and removal. jPayment for installation of the dewatering system in conjunction with the stormwater tanker truck, as required, shall be included in the contract price. If the dewatering system is not installed, no payment shall be made to the Contractor. The unit bid price per lump sum for"Temporary Creek Bypass" constitutes complete compensation for all labor, materials, tools and equipment necessary to construct and install the temporary creek bypass, including temporary gravel filled diversion dams or sheet steel, screened bypass pipe and temporary pumping diversion. This bid item 1 also includes the cost of a fisheries biologist to capture and safely move fish per HPA permit requirements. Upper Mill Creek Culvert Replacement/Fielding 7-5 March 20,2008 Project Number: 07-303I The unit contract price per force account for"Supplemental Creek Bypass Pumping" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to provide and maintain the supplemental creek bypass pumping system and removal. If the supplemental creek bypass pumps are not used or installed, no payment shall be made to the Contractor. 7-00.2 Requirements for Drainage Storm Sewers, and Sanitary Sewers Also see Sections 7-00.1, 7-02, 7-04 and 7-05. 7-00.2(2) Materials All pipes shall be of the type and material specified in the bid proposal, shown on the plans and specified herein. All materials used for construction of sanitary sewer storm drainage systems and appurtenance 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 are requested. The materials referred to herein, shall conform to the applicable provisions of the Standard Specifications and the manufacturer's recommended installation procedures. See the following Section for specific materials: Culverts.......................................................7-02 Storm Sewers..............................................7-04 Manholes, Inlets and Catch Basins.............7-05 7-00.2(3) Construction Requirements 7-00.2(3)A Pipe Bedding A continuous and uniform bedding shall be provided in the trench for all buried pipe. Pipe bedding classifications and materials shall also be in accordance with Standard plan B-11 and Sections 7-02.3(1), 7-04.3(1)B and 7-17.3(1)B of the Standard Specifications unless specified otherwise and shall be subject to change by the Engineer depending on the field conditions. All bedding material prior to use shall be subject to the approval of the Engineer. The responsibility for obtaining said approval shall rest solely with the Contractor. PIPE TYPE BEDDING TYPE MATERIAL CMP Class B Gravel Backfill for Pipe Bedding RIGID Class C Section 9-03.15 of Standard Specifications Bedding material shall be tamped in layers around the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment as called for in Section 2-03.3(14)C of the Kent Special Provisions to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate Upper Mill Creek Culvert Replacement/Fielding 7-6 March 20,2008 Project Number- 07-3031 compaction shall be construed to mean to at least 95% of the maximum density measured in accordance with ASTM 1557. The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. 7-00.2(3)C Miscellaneous Pipe 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 Standard Specifications and in a workmanlike manner satisfactory to the Engineer. 7-00.2(3)D Pipe Fittings and Joints,Transition Couplings 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). 7-00.2(3)E Nonacceptable Repairs External or internal grouting or repair by use of collars of the new sanitary or storm isewer line will not be an acceptable means of repair, should repair be necessary. ■ 7-00.2(3)F Pipe Laying,Jointing and Testing All pipe, adaptors, tees and other fittings shall be used for the purpose intended b PPS p g prP Y the manufacturer and shall be installed according to manufacturer's recommendations. The storm sewer and sanitary sewer main lines will be T.V. camera inspected. It will be the Contractor's responsibility to string each line in conjunction with said T.V. inspection. Said string shall be nylon and of sufficient strength to pull the cable camera utilized by the City in its inspection operation through the sewer lines. The Contractor shall also be responsible to insure that the sewer mains are in fact ready for T.V. camera inspection. The City will provide the initial camera inspection at no cost to the Contractor. Should, however the sewer main need reinspection as determined by the Engineer, for any reason attributed to the Contractor's responsibility, the Contractor shall pay all costs for said reinspection. Also, should delays be encountered during the initial inspection which are attributed to the Contractor's responsibility as determined by the Engineer, the Contractor shall reimburse the City at the prevailing wage and equipment rate for the time loss associated with said delay. Also, charges for the above said reinspection and/or time delays shall be paid by the Contractor prior to release of the project retainage. Also see Section 7-04 and 7-17 herein. All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the Utility Department prior to acceptance. All construction must be completed and approved by the inspector prior to the TV inspection. The manholes and catch basins must be set to grade, channeled, and grade rings set in Upper Mill Creek Culvert Replacement/Fielding 7-7 March 20,2008 Project Number: 07-3031 place prior to TV inspection. Casting and the top rings must be removed for paving, and grouted in place after paving. 7-03 STRUCTURAL PLATE PIPE,PIPE ARCH, ARCH AND UNDERPASS SECTION 7-03.2 IS DELETED AND REPLACED BY THE FOLLOWING. 7-03.2 Materials The corrugated aluminum box culvert shall be Dur-A-Span DS-18B, Type I for 1.4' minimum fill, HS-25 loading by Atlantic Industries Limited or approved equal. The culvert shall include footing pads, reinforcing ribs and nuts and bolts. SECTION 7-03.3 IS SUPPLEMENTED BYADDING THE FOLLOWING. , 7-03.3 Construction Requirements The box culvert shall be filled with streambed gravel to the depth and position as detailed in the Drawings. , Installation includes off-loading, bolting sections together, setting structural plates on footing pads, and sealing joints. The box culvert shall be installed in accordance with Sections 7-00, 7-08.3 and in accordance with manufacturer's instructions. The manufacturer will have a representative available during installation to provide installation direction. Such representative will provide verbal and written guidance regarding the intended procedures. However, the responsibility of a properly installed structure in accordance with this Contract is the Contractor's responsibility. The contactor shall coordinate with the manufacturer for delivery dates. Contractor shall provide a minimum of 7 working days (does not include weekends and holidays) advance notice to the manufacturer for delivery dates and time. Prior to off-loading, Contractor jointly with Owner's Representative shall inspect each structural plate, reinforcing ribs, and footing pads for any visual evidence of damage or defects. The Contractor shall off-load the aluminum box culvert materials within 2 hours of prearranged delivery time. If the aluminum box culvert is not off loaded within this time frame, Contractor will be responsible for additional costs for truck and driver time. The shortest time frame which the Contractor can request all aluminum box culvert materials to be delivered to a specific site shall be 4 hours. The Contractor is responsible for providing means and methods of off loading the aluminum box culvert materials. This includes providing all hardware for properly lifting materials in accordance with manufacturer's directions. Install structural plates and footing pads in alignment to the following tolerances: • Plan location from location shown on the Drawings: Plus or minus 3/4-inch in any direction. Upper Mill Creek Culvert Replacement/Fielding 7-8 March 20,2008 Proiect Number- 07-3031 • Invert elevation from location shown on Drawings (including calculated jintermediate elevations): Plus or minus 1/2-inch. The total box culvert construction area including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. SECTION 7-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7-03.4 Measurement The length of the box culvert will be the number of linear feet of completed installation measured along the crown. Streambed gravel will be measured and paid for separately. SECTION 7-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-03.5 Payment The unit contract price per lump sum for"Procure and Install Corrugated Aluminum Box Culvert 12'-7" Span x 5'-2"Rise, 60 LF" shall be complete compensation for all labor, materials,tools, supplies and equipment necessary to procure and install the aluminum box culvert at the location shown on the plans and as described in Section 7-03 of the specifications. The bid item price includes but is not limited to: installing aluminum structural ribs, corrugated aluminum footings, nuts and bolts; backfill and compaction(when native material is to be used), surface restoration including raised pavement markers, striping, and cleanup. The bid price shall also include installing couplings, gaskets, and all other work necessary to provide a complete tested storm sewer system including additional costs for overtime work when working on weekends. The following items shall be considered incidental to the construction and shall be included by the Contractor in the unit contract price for"Procure and Install Corrugated Aluminum Box Culvert 12'-7" Span x 5'-2"Rise, 60 LF": removal of miscellaneous traffic items; removal of structures and obstructions; removal of jexisting pavement and base; haul and disposal of excavated or removed items; removal of culverts, wingwalls, concrete headwalls, fences, catch basins, and existing drainage piping as shown on the plans; and embankment construction. Shop drawings shall be stamped by a licensed professional engineer in Washington State and must be submitted to the Engineer for approval. The box culvert shall be procured and delivered on site by August 25, 2008 for installation during the permitted HPA fish window. The Contractor is strongly encouraged to begin ordering the box culvert as soon as possible, following contract execution. Upper Mill Creek Culvert Replacement/Fielding 7-9 March 20,2008 Project Number: 07-3031 I 7-04 STORM SEWERS THE FIRST PARAGRAPH OF SECTION 7-04.2 IS DELETED AND REPLACED BY THE FOLLOWING. 7-04.2 Materials The following pipe types and materials are accepted for drains, culverts, and storm sewers for this project. The Contractor has the option of choosing the material except for those pipes specified on the plans to be a specific material. Reinforced Concrete Pipe (RCP) Class IV................9-05.7(2) PVCPipe....................................................................9-05.12(1) Ductile Iron Pipe Class 50.........................................9-05.13 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-04.3(1)A General All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. SECTION 7-04.3(1)IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 7-04.3(1)G Television Inspection All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the City of Kent Utility Department and accepted prior to placing final crushed rock surfacing and pavement. All construction except final casting adjustments must be completed and approved by the Inspector prior to the TV inspection. The manholes and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection. Castings must be removed for paving, and fully grouted in place after paving. SECTION 7-04.5 IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-04.5 Payment The unit contract price per lineal foot for"Ductile Iron Storm Sewer Pipe, 12" and 18"Diameter, CL 50" 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 Upper Mill Creek Culvert Replacement/Fielding 7- 10 March 20,2008 Protect Number: 07-3031 but is not limited to: trench excavation; unsuitable material excavation,hauling, dewatering; backfill and compaction(when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, tees, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. 7-05 MANHOLES, INLETS, CATCH BASINS,AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-05.3 Construction Requirements All manholes and catch basins shall be precast concrete units and shall conform to Kent Standard Details 4-1(a), 4-1(b), 5-7, 5-8(a) and 5-8(b)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 City of Kent Standard Detail 4-1(a). 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 Detail 4-8. The ladder shall be secured from top to bottom, inside the structure wall. No 4 feet 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 Details as applicable: 4-5 Standard 24 inch manhole frame and cover 4-6(a) 24 inch x 6 inch locking manhole frame and cover 4-6(b) Watertight cover for sanitary sewer manhole 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 Details 5-1(a)through 5-1(g), 5-2(a) and 5-2(b) as applicable. Miscellaneous catch basin details shall be in accordance with Kent Standard Detail 5-9. Upper Mill Creek Culvert Replacement/Fielding 7- 11 March 20,2008 Project Number: 07-3031 Care must be taken to insure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. PVC pipe adaptors shall be KOR-IN-SEAL type flex joints or sand collars or other materials as approved by the Engineer to permit slight differential movement. All pipe materials other than the above shall be mudded directly into the manholes and catch basins using a smooth forty five (45) degree bevel from the pipe to the structure meeting ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. Block lettering is required on the top surfaces of storm drain castings, and shall read as follows: "OUTFALL TO STREAM,DUMP NO POLLUTANTS" SECTION 7-05.3(1)IS SUPPLEMENTED BYADDING 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 Standard Specifications, standard plans, City of Kent standard details and the Kent Special Provisions. Locatingall new and existing utilities to be adjusted following the paving shall be g J g P g 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. Upper Mill Creek Culvert Replacement/Fielding 7- 12 March 20,2008 Protect Number. 07-3031 On asphalt concrete paving and/or asphalt resurfacing projects, manholes, catch ibasins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementatious materials only. Wood,plastic, iron, aluminum, bituminous or similar materials are prohibited. On the following day,the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. SECTION 7-05.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS. 7-05.3 6 Storm Drain Stenciling g The pavement adjacent to all catch basins and inlets within the project limits shall be marked with a standard pollution prevention thermoplastic form such as the example following: No DUMPING! DRAINS To STREAM The wording shall be placed so that it can be read from the sidewalk or shoulder of the road. Contractor is responsible for purchase and installation of the thermoplastic material. 7-05.3(7) Relocate Existing Catch Basin The existing catch basin assemblies indicated to berelocated shall be carefully removed to avoid damage. The Contractor will then install the catch basin at the location indicated on the plans so that the assembly will function as shown on the ' plans. Upper Mill Creek Culvert Replacement/Fielding 7- 13 March 20,2008 Project Number: 07-3031 SECTION 7-05.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-05.5 Payment "Catch Basin, Type 2, 48 Inch Diameter" The unit contract price per each for the above item constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes,backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. "24" x 6" Locking Manhole Frame and Cover" The unit contract price per each for the above item 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. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS SECTION 7-08.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.2 Materials All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the Standard Specifications, the Kent Special Provisions and the manufacturer's recommended installation procedures. See the following Sections of the Standard Specifications and the Kent Special Provisions: Hot Mix Asphalt...............................................5-04.2 Cement Concrete Pavement..............................5-05.2 Culverts.............................................................7-02.2 Storm Sewers....................................................7-04.2 Manholes, Inlets and Catch Basins...................7-05.2 Sanitary Sewer..................................................7-17.2 Side Sewers.......................................................7-18.2 Crushed Surfacing.............................................9-03.9(3) Gravel Backfill for Pipe Zone Bedding............9-03.12(3) Gravel Borrow ..................................................9-03.14(1) Upper Mill Creek Culvert Replacement/Fielding 7- 14 March 20,2008 Project Number: 07-3031 Gravel Backfill for Foundation.........................9-03.17 Bank Run Gravel for Trench Backfill...............9-03.19 SECTION 7-08.3(1)A IS SUPPLEMENTED BYADDING 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 his dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. i1. 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. Upper Mill Creek Culvert Replacement/Fielding 7- 15 March 20,2008 Project Number: 07-3031 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 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 BYADDING THE FOLLOWING. 7-08.3(1)C Bedding the Pipe Bedding shall be placed in accordance with Standard Plan B-55.20-00. Bedding material shall be in accordance with Section 9-03.12(3) of the Kent Special Provisions. Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557. The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. SECTION 7-08.3(2)B IS SUPPLEMENTED BYADDING 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. Upper Mill Creek Culvert Replacement/Fielding 7- 16 March 20,2008 Protect Number 07-3031 1 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 BYADDING 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(3)IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-08.3(3) Backfilling Pipe trench backfill shall be bank run gravel for trench backfill or gravel borrow if, in the opinion of the Engineer, existing trench excavation soils are unsuitable. Bank run gravel and gravel borrow shall be from a pit approved by the Engineer and shall be as specified in Section 9-03.19 of the Standard Specifications for bank run gravel and Section 9-03.14(1) of the Kent Special Provisions for gravel borrow. Each layer shall be compacted to 95 percent in paved areas and 90 percent in unpaved areas in accordance with ASTM D-1557 in lifts not to exceed eighteen(18) inches. The maximum particle size shall not exceed six (6) inches or 2/3 the depth of the layer being placed whichever is less. SECTION 7-08.3 4 IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-08.3(4) Plugging Existing Pipe Existing pipes being plugged shall be plugged with concrete at both ends and shall otherwise be in accordance with Section 7-08.3(4) of the Standard Specifications. SECTION 7-08.3 IS SUPPLEMENTED BYADDING 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. Upper Mill Creek Culvert Replacement/Fielding 7- 17 March 20,2008 Protect Number. 07-3031 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 inch greater than the existing section. Where cuts have been made in cement concrete pavement, the Contractor shall reconstruct the trench area with a 6 inch thick cement concrete patch placed on a 6 inch thickness of crushed surfacing top course. In all cases, the cement concrete and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Where there is an existing asphalt overlay over cement concrete pavement, the cement concrete shall be patched to original grade as above and then overlaid with an asphalt concrete patch to existing grade. All gravel shoulders shall be restored to their original condition and shape. The i 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 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 j measured by the ton, including haul. SECTION 7-08.5 IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-08.5 Payment The unit contract price per ton for"Pipe Zone Bedding" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. Reference Standard Plan 13- 55.20-00. Upper Mill Creek Culvert Replacement/Fielding 7- 18 March 20,2008 Project Number. 07-3031 The unit contract price per ton for"Foundation Material, Class A and B" 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. The unit contract price per ton for"Bank Run Gravel for Trench Backfill" constitutes complete compensation for all labor, material,tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing,placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. 7-09 WATER MAINS SECTION 7-09.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.2 Materials All water main pipe shall be ductile iron and shall meet the requirements of the Pp q following sections of the Kent Special Provisions: Ductile Iron Water Pipe........................9-30.1(1 ) Fittings for Ductile Iron Pipe................9-30.2(1) The following aggregates shall meet the requirements of the following sections of the Kent Special Provisions: Bedding Material ..................................9-03.12(3) Foundation Material..............................9-03.17 7-09.3 Construction Requirements SECTION 7-09.3(8)IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-09.3(8) Removal and Replacement of Unsuitable Materials Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance to Section 7-09.3(8) of the Standard Specifications except that the foundation material shall meet the requirements of Kent Special Provisions 9- 03.17. 1 Excavation and disposal of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Upper Mill Creek Culvert Replacement/Fielding 7- 19 March 20,2008 Proiect Number. 07-3031 SECTION 7-09.3(9)IS DELETED AND REPLACED BY THE FOLLOWING. 7- 9.3 9 Bedding the Pie 0 ( ) g p In most cases, imported bedding is not required for water main installations. The native material shall be worked to form a continuous and uniform trench bottom for all buried pipe. Bedding material shall be tamped in layers around the pipe and to a sufficient height above the pipe to adequately support and protect the pipe, compaction shall be 95 percent of maximum dry density per ASTM D-1557. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material, so as to provide firm and uniform support for the full length of the pipe, valves and fittings. Care shall be taken to prevent any damage to the pipe or its protective coatings. Material larger than six-inch diameter found in the trench shall be removed for a depth of at least two inches around the pipe. When specified, imported bedding material shall be used. All bedding material prior to use shall be subject to the approval of the Engineer. The responsibility for obtaining said approval shall rest solely with the Contractor. NOTE: Pea gravel will not be allowed as a bedding material. Bedding shall be placed 6 inches under and 6 inches over the pipe where, in the opinion of the Engineer, existing material is found unsuitable. SECTION 7-09-3(13) IS REVISED BYADDING THE FOLLOWING TO THE LAST PARAGRAPH. 7-09.3(13) Handling of Pipe In addition, all installed lengths of pipe shall have a suitable swab or"pig" drawn continuously through them to remove all possible debris prior to flushing and disinfection. SECTION 7-09.3(19)A IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-09.3(19)A Connections to Existing Mains Also see Appendix A-6 New Water Main Connection Procedures. Connections to existing mains which require turning off the water, shall not be made without at least five(5) working days notice to the Engineer, the City Water Department, and affected water customers. Prior to purchase of materials, the Contractor shall field inspect the connection points to verify the exact fittings, adaptors, etc. required to make an approved connection. The Contractor shall furnish and install materials approved by the City. The City shall not be responsible for incorrect or unapproved materials purchased by Upper Mill Creek Culvert Replacement/Fielding 7-20 March 20,2008 Project Number 07-3031 the Contractor. Where various methods are possible, or if doubt exists as to what is required, the Contractor shall coordinate with the City prior to construction. The Contractor shall not make a connection to a live water main until after ( satisfactory pressure and purity tests. SECTION 7-09.3(23)IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-09.3(23) Hydrostatic Pressure Test Hydrostatic pressure tests shall be made at a minimum pressure of 250 psi. SECTION 7-09 3(24)IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-09.3(24) Disinfection of Water Mains Following the pressure test, flushing procedure and disinfection of the pipe, the Contractor shall arrange with the Public Works Inspector for coliform(purity) tests to be taken by the Water Department. Two samples taken 24-hours apart, with no flushing between samples are required to be taken from each apparatus. The Contractor may elect to contract with a City-approved lab for the tests. Contractor shall pay for purity tests as required by the City of Kent. The Contractor shall install corporation stops at all locations required to take bacteriological test samples. If the original test sample proves unsatisfactory, an additional charge will be assessed to the Contractor for processing each additional sample. SECTION 7-09.3(24)A IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-09.3(24)A Flushing 1 The Contractor shall be responsible for disposal of treated water flushed from mains. The sanitary sewer shall be the preferred option for disposal of all flush water. The City shall approve disposal into available sanitary sewers,provided that the rate of disposal will not overload the sewer. All discharges to the storm system shall be tested for total residual chlorine using a portable"HACH"kit or equivalent, prior to discharge. NO DISCHARGE TO SURFACE WATERS OR THE STORM SYSTEM IS ALLOWED AT CONCENTRATIONS OF TOTAL RESIDUAL CHLORINE ABOVE 20 UG/1 (.02 MG/1). (Because the minimum detection limit for this test is about 10 ug/1 (.01 mg/1)under ideal conditions, field testing may lack precision.) If no acceptable discharge for the treated water is identified, the Contractor shall be required to dechlorinate the water prior to discharge. Water for testing and flushing, when taken from the City water mains shall pass through an approved reduced pressure backflow valve assembly. This activity must be coordinated with and approved by the City. Upper Mill Creek Culvert Replacement/Fielding 7-21 March 20,2008 Proiect Number 07-3031 SECTION 7-09.3(24)B IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-09.3(24)B Requirement of Chlorine All new, cleaned or repaired water mains shall be disinfected in accordance with AWWA Standard C651. This Specification includes detailed procedures for the adequate flushing, disinfection, and microbiological testing of all water mains. SECTION 7-09.3(24)M IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-09.3(24)M Chlorinating Connections to Existing Water Mains and Water Service Connections After the new piping has been flushed,pressure tested, disinfected, and all purity test sample results are satisfactory, connections to the existing main can be made. All closure pieces and fittings shall be swabbed with an appropriate chlorine solution (5- 6 percent Cl), in accordance with AWWA Standard C651. Maximum length of swabbed section of water main pipe shall be less than 18 feet (1 section of pipe). SECTION 7-09.4 IS REVISED BYDELETING THE FIRST PARA GRAPH AND REPLACING WITH THE FOLLOWING. 7-09.4 Measurement Measurement for payment of pipe for water mains will be b the linear foot of pipe p Y pp Y pp laid, tested and gpproved and shall be along the pipe through fittings, valves, and couplings. SECTION 7-09.S IS DELETED AND REPLACED BY THE FOLLOWING. 7-09.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for"Pipe Zone Bedding for Water Main" constitutes complete compensation for all labor,material,tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The unit contract price per ton for"Foundation Material, Class A and B for Water Main" 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. Upper Mill Creek Culvert Replacement/Fielding 7-22 March 20,2008 Project Number- 07-3031 The unit contract price per ton for"Bank Run Gravel for Trench Backfill for Water Main" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading,hauling, mixing,placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected native materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. The unit contract price per lineal foot for"10" Diameter Ductile Iron, Cl 52 Water Main Pipe" 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, cement concrete thrust blocking, risers, elbows, disinfecting, flushing, testing, temporary blowoffs, tapping and corporation stops required for testing, and additional costs for overtime work when working on weekends. The unit bid price per each for"10" Connection to Existing Water Main" constitutes complete compensation for furnishing all labor, materials,tools, supplies and equipment necessary to wet tap the main or cut into the main and make the connection, complete in place as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to excavation, ' dewatering, all fittings, couplings, adapters, tapping valve with tapping sleeves, concrete blocking and disinfection. Costs for connection to the ends of existing pipes (water main extensions) including removal of existing concrete blocking, and connections to existing valves, crosses, and tees and similar fittings shall be included in this bid item. The cost to coordinate this work with the City Water Department and to notify affected users of the system such as adjoining businesses and property owners shall be included as part of this bid item. Also included shall be any costs resulting in work that is required to be performed at other than normal working hours. The unit contract price per lump sum for"Abandon Existing 10" Diameter Water Maid' constitutes complete compensation for all labor,materials, tools, supplies, and equipment necessary to abandon the existing water main as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to excavation, removal of pipes, concrete blocking, or fittings,plugging and capping the main, backfilling and compaction. The cost to coordinate this work with the City water department and to notify affected users of the system such as adjoining businesses and property owners shall be included as part of this bid item. Also included shall be any costs resulting in work that is required to be performed at other than normal working hours. Upper Mill Creek Culvert Replacement/Fielding 7-23 March 20,2008 Proiect Number: 07-3031 The unit price per lineal foot for "18-Inch O.D., 0.25-Inch Thick Steel Casing Pipe" shall constitute full payment for all work, labor, materials, and equipment necessary to furnish and install the steel casing pipe. Work shall include but not be limited to the following: • Trench excavation, bedding, laying and welding the pipe, backfilling with native material and compacting the backfill, installing casing spacers and end seals, and filling casing with sand after installation of utility pipe. • Utility marking tape. • Clearing, grubbing, pavement removals, grading for haul roads, trenching operations, and disposal of debris. • Dewatering and installing clay dams where necessary. • The cost of any special drainage improvements or conditions associated with any easement or agency permit requirements, unless specifically included in another bid item. • All costs associated with furnishing and maintaining temporary cold or hot mix patches on all disturbed paved surfaces. • All costs involved in maintaining and/or replacing any public or private utilities, structures, or other improvements that are disturbed or damaged by the CONTRACTOR unless specifically included in another bid item. Imported backfill materials shall be paid under separate bid items. 7-12 VALVES FOR WATER MAINS SECTION 7-12.2 IS REVISED B Y SUPPLEMENTING THE FIRST PARAGRAPH WITH THE FOLLOWING. ' 7-12.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Gate Valves.................................................9-30.3(1) Valve Boxes................................................9-30.3(4) SECTION 7-12.3 IS SUPPLEMENTED BYADDING 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. SECTION 7-12,5 IS DELETED AND REPLACED BY 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: Upper Mill Creek Culvert Replacement/Fielding 7-24 March 20,2008 Project Number 07-3031 rThe unit bid price for each"10 Inch Gate Valve MJ x FL or MJ x MJ or FL x FL" constitutes complete compensation for all labor, materials,tools, supplies and equipment required to install the type and diameter of valve complete and in place, including but not limited to: Verifying existing pipe type, location and fittings; furnishing and installing the gate valve and all necessary fitting and appurtenances; furnishing and installing the valve box top section, lid, and base section; tapping valve with tapping tee where shown on the plans; valve nut extenders where needed; trenching; dewatering; backfilling and compacting selected materials;jointing; painting; disinfecting; flushing; hydrostatic and purity testing; furnishing and installing valve box with cover and a valve marker post; running a pig through valve. Water disconnect may be required after hours or on a weekend. Additional costs for weekend work, removal of existing valves, cutting and capping existing water mains shall be included in this item. The unit contract price bid per each for"2"Air Release Valve with Chamber" shall be full pay for all work to supply and install the air release valve with chamber, including but not limited to excavating, backfilling, laying and jointing the pipe, tapping the main, corporation stop,pipe and fittings, gate valve, discharge riser, vault, testing, and cover and cleanup. Reference Kent Standard Detail 3-3. i 1 i 1 t i Upper Mill Creek Culvert Replacement/Fielding 7-25 March 20,2008 Protect Number. 07-3031 DIVISION 8 —MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these special provisions, proposed by the contractor, or ordered by the Engineer as work proceeds. This work is intended to prevent, control and stop water pollution or erosion within the project, thereby protecting the work, nearby wetlands, streams, retention/detention ponds, the storm drainage conveyance system and other bodies of water. Exposed and unworked soil shall be stabilized by suitable and timely application of Best Management Practices (BMPs). Best Management Practices are those practices that provide the most effective, practicable means of preventing or reducing pollution generated by non-point sources. Best Management Practices fall into a number of categories. Frequently they are split between erosion control BMPs, including grasses, mulches or other materials used to stabilize soil surfaces, and sedimentation control BMPs including check dams, sediment ponds (basins), straw bale barriers and other structural techniques. Most sites require the use of several types of BMPs to adequately control erosion and sedimentation, so erosion control BMPs and sedimentation control BMPs are often used together to address a single Iproblem. All planting and hydroseeding shall be performed by a licensed Landscaping ' Contractor registered in the State of Washington who must be experienced in work of similar nature and have adequate equipment and personnel for the indicated work. The Landscaping Contractor must acquaint itself with all other work related to site improvements, and any other work which might affect preparation for planting or hydroseeding. SECTION 8-01.2 IS DELETED AND REPLACED BY THE FOLLOWING. 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the Standard Specifications: Seed 8-01.3(2)B and 9-14.2 .................................................. Fertilizer...........................................8-01.3(2)B and 9-14.3 Mulch and Amendments ..................8-01.3(2)D and 9-14.4 Tackifier...........................................8-01.3(2)E and 9-14.4(7) Straw Bale Barrier............................8-01.3(9)C Quarry Spalls....................................9-13 Straw Mulch.....................................9-14.4(1) Wood Cellulose Fiber.......................9-14.4(2) Erosion Control Blanket...................9-14.5 Clear Plastic Covering......................9-14.5(3) Upper Mill Creek Culvert Replacement/Fielding 8- 1 March 20,2008 Project Number. 07-3031 Water for plants................................9-25.2 Construction Geotextile 9-33 Silt Fence..........................................9-33.2 Table 6 8-01.3 Construction Requirements SECTION 8-01.3(l)IS DELETED AND REPLACED BY THE FOLLOWING. 8-01.3(1) General Controlling pollution, erosion,runoff, and related damage may require the Contractor to perform temporary work items including but not limited to: 1. Providing ditches,berms, culverts, and other measures to control surface water; 2. Building dams, settling basins, energy dissipators, and other measures, to control downstream flows so as to protect properties and waterways from the construction work areas; 3. Controlling underground water found during construction; 4. Covering or otherwise protecting slopes until permanent erosion-control measures are working; 5. Designing, constructing and stabilizing temporary onsite conveyance channels , to prevent erosion from the expected velocity of flow from a 2-year, 24-hour frequency rainfall event for the developed condition. Stabilization shall be provided to be adequate to prevent erosion of outlets and adjacent areas; 6. Protecting stormwater drain inlets made operable during construction so that stormwater runoff will not enter the conveyance system without first being filtered or otherwise treated to remove sediment; r 7. Wherever construction vehicle access routes intersect paved roads, making provisions to minimize the transport of sediment(dust or mud) onto the paved road through the use of a stabilized construction entrance, tire wash or other BMP approved by the Engineer. If sediment is transported onto a road surface, the road shall be cleaned thoroughly at the end of each day(or more frequently, if necessary, to meet the requirements of the Standard Specifications) and the recovered sediment shall be deposited at a designated location approved by the Engineer; or 8. Discharging excavation dewatering devices into a sediment trap,pond, storage tank or other BMP approved by the Engineer. Should the Contractor fail to install the required 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. Prior to or in conjunction with all clearing or grading, the Contractor shall implement temporary erosion and sediment control (TESC) measures as necessary to prevent erosion and to stop sediment-laden water from leaving the site and entering the storm drain system, creeks, wetlands or any other sensitive areas. The Contractor is responsible for constructing, maintaining and removing erosion control measures throughout the duration and phases of construction of the project in addition to the measures shown in the plans, as needed, and as directed by the Engineer. The Contractor shall furnish, install, maintain and remove and dispose of water pollution and erosion and sediment control Best Management Practices Upper Mill Creek Culvert Replacement/Fielding 8-2 March 20,2008 Project Number- 07-3031 BMPs to prevent sediments and other debris from entering into the storm drainage � ) p g g system and adjacent sensitive areas, including creeks and wetlands. 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 City of Kent Survey crew shall flag the boundaries of the clearing limits in the field as shown on the plans, prior to construction. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period,no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shown on the construction plans must be constructed and functional prior to any clearing and grading activities, and in such a manner as to insure that sediment laden water does not enter the drainage system or violate applicable water quality standards. The facilities shall be in accordance with and conform to the Appendix D to the King County Surface Water Design Manual, Erosion and Sediment Control Standards, except as modified by the Kent Construction Standards or these Special Provisions. The Contractor shall construct all necessary elements and provide other necessary materials, labor, and equipment. When the Engineer determines the temporary control devices are no longer needed, the Contractor shall remove them and finish the construction area they occupied as the Engineer directs. The TESC facilities shown on the construction plans are the minimum requirements for anticipated site conditions. As construction progresses and unexpected seasonal 1 conditions dictate and as the City requires, the Contractor should anticipate more TESCP measures. These additional measures may include additional sumps, relocation of ditches and silt fences, etc. These measures will be necessary to protect adjacent properties and to meet water quality standards. These measures shall be paid for under the unit contract bid price. ' 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 Contractor shall provide additional facilities, as directed by the Engineer over and above the minimum requirements outlined on the approved plans. All costs for materials and labor shall be paid for under the unit contract bid price. The Contractor shall also restore all damaged areas and clean up eroded material including that in ditches, catch basins, manholes, and culverts. The Contractor shall have adequate materials on the site to respond to weather changes and shall modify the system to accommodate seasonal changes. If the Engineer or any governmental agency determines that the Contractor's drainage and erosion control measures are inadequate to meet the intent of applicable regulatory programs or the Contract Documents with regard to the control of surface water runoff, erosion or the prevention of environmental degradation as a result of surface water runoff or erosion, then the Contractor shall field design and implement additional surface water runoff or erosion control measures that address the Upper Mill Creek Culvert Replacement/Fielding 8-3 March 20,2008 Project Number- 07-3031 deficiencies observed b the Engineer or the governmental agency. These measures Y g g shall be installed and approved by the Engineer. Prior to initiating earthwork or other soil disturbing activities at the site, the Contractor shall obtain the Engineer's approval of the installed erosion and sediment control measures. The Contractor shall field design and implement surface water runoff control measures appropriate to activities associated with temporary earthwork and other construction requirements. Measures that are not defined on the contract plans but are required to meet the requirements of applicable regulatory programs shall be installed after review and approval by the Engineer. The Contractor shall protect the construction area from damage caused by surface water, including damage due to ponding, erosion, and movement of contaminants due to lack of adequate surface water control measures. Damaged work shall be repaired or replaced by the Contractor in accordance with the Standard Specifications and Special Provisions or as directed by the Engineer at no additional cost to the City. The Contractor shall protect adjacent properties, drainage ways, and watercourses from physical or environmental damage caused by surface water runoff, erosion, soil instability, migration of contaminants, clearing, grading, excavation, filling, or similar activities associated with the construction activities. Water shall be frequently applied in traffic areas, as required, to achieve dust control ' at the site in accordance with these Special Provisions. Paved streets shall be swept periodically to remove soil from the pavement and minimize dust generation. Additional measures may be required to insure that all paved areas are kept clean daily for the duration of the project. Clearing, grubbing, excavation borrow, or fill within the right of way shall never t g g� � g Y expose more than 5 acres of erodible earth between October 1 and April 30 and never more than 17 acres of erodible earth between May 1 and September 30. The Engineer may increase or decrease the limits in light of project conditions. Erodible soils not being worked, whether at final grade or not, as well as temporary soil and debris stockpiles, shall be covered within the following limitations, using an approved soil covering practice, unless authorized otherwise by the Engineer. , Erodible soils is defined as any surface where soils, grindings, or other materials are capable of being displaced and transported by rain, wind or surface water runoff. October 1 through April 30 2 days maximum May 1 through September 30 7 days maximum Grass seeding with fast germinating grasses alone will be acceptable only if left undisturbed for more than a minimum of six (6)weeks during the months of April through October inclusive, as approved by the Engineer. Contractor shall bear the risk of managing contaminated and uncontaminated stormwater originating from area occupied or disturbed by the Contractor during construction of the project and shall employ such additional measures as may be required to prevent environmental harm or physical damage to the work area, or adjacent property. Upper Mill Creek Culvert Replacement/Fielding 8-4 March 20,2008 ' Project Number. 07-3031 ' Mobile fuelingof Contractors 1 an n vehicles d equipment shall be conducted at a minimum of 100' from Upper Mill Creek. The fueling operator shall have received proper training in spill prevention/cleanup measures and emergency procedures. The Contractor shall use reliable fuel transfer equipment with backup shut off valving to prevent a fuel spill. Fueling vehicles shall include spill clean-up materials readily available for use. The Kent Fire Department (253-856-4300) and Department of Ecology(425-649-7190) and Kent Environmental Engineering Department (Kelly Peterson 253-856-5547) shall be immediately notified in the event of any fuel spill entering the surface or ground waters. Permit requirements from appropriate agencies are included in the Appendix. The Contractor is responsible for following all permit requirements, whether shown in the plans or not. These requirements may include,but not be limited to, providing daily inspection by an erosion control specialist of the adequacy and maintenance needs of all erosion control measures, submitting daily inspection reports, and inspecting and maintaining erosion/sedimentation control facilities on inactive sites. No additional payment will be made for following permit requirements. All costs associated with permit requirements shall be included in the associated bid item unit price. If the Engineer, under Section 1-08.6, orders the work suspended for an extended time, the Contractor shall, before the Contracting Agency assumes maintenance responsibility, make every effort to control erosion,pollution, and runoff during shutdown. Section 1-08.7 describes the Contracting Agency's responsibility in such cases. ' The requirements of this section shall apply to all areas of the site subject to construction activity as described in the Standard Specifications, the Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract ' requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.3(1)A Submittals The Contractor shall submit for the Engineer's approval, a minimum of 4 working days prior to ordering, a sample and manufacturer's certification of compliance for the filter fabric fence which includes: Manufacturer's name, address, telephone number,product name by trademark and style, geotextile polymer type(s), and physical properties. The Contractor shall submit for Engineer's approval product descriptions of all other materials used for erosion control. Upper Mill Creek Culvert Replacement/Fielding 8-5 March 20,2008 Project Number. 07-3031 L D PLACING WITH THE SECTION 8 01.3(1)C IS REVISED BY DE STING ITEM 1 AN RE FOLLOWING. 8-01.3(1)C Water Management 1. If the ground water meets State Water Quality standards, it may bypass , treatment facilities and be routed to its normal discharge point at a rate that will not cause erosion. SECTION 8-01.3(1)IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria Construction activities conducted within the City of Kent's Right of Way are subject to applicable federal, state and local permits. The Contractor shall comply with substantive 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. City of Kent 2002 Surface Water Design Manual. 8-01.3(1)G Water Quality Monitoring Contractor shall test for turbidity in the 100 feet downstream mixing zone to verify that the background turbidity is 50 NTU (nepholometric turbidity units) or less prior to discharging any stormwater during construction from the site into adjacent streams. The Contractor shall also test for turbidity at the point of compliance which shall be ' 100 feet downstream of the discharge point for waters up to 10 cfs flow at the time of construction or at 200 feet for waters above 10 cfs up to 100 cfs to verify that the , added discharge does not exceed 5 NTU to the existing background turbidity of 50 NTU or less and 10 percent increase in turbidity when the background turbidity is more than 50 NTU. These turbidity tests shall be taken periodically (weekly)when stormwater is being discharged and during any storm event. i All costs for this work shall be included in the various unit contract bid prices. , 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)B IS DELETED AND REPLACED BY THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of- way shall be seeded. Hydroseeding shall be the method of seed application. A ' slurry of seed, fertilizer, mulch and water shall be evenly broadcast over areas to be Upper Mill Creek Culvert Replacement/Fielding 8-6 March 20,2008 Project Number. 07-3031 seeded. All work shall conform in all respects to Section 8-01 of the 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. iHydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hydroseeding shall consist of a slurry composed of water, seed fertilizer and mulch. Hydroseed (upland seed mix) to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles which 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 in which the above methods are impractical may be seeded by approved hand methods. ' The slurry to be used will 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 Section 9-14.2 of the Standard Specifications and Special Provisions. Seed shall meet the minimum percentages of purity and germination specified. 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. Store seed in cool dry location away from contaminants. Upper Mill Creek Culvert Replacement/Fielding 8-7 March 20,2008 Project Number: 07-3031 Mix shall used r h dro mix unless otherwise specified ' A s a l be as the standard y seed p 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. Mix C shall be used exclusively for seeded areas in and adjacent to wetlands, in detention and retention ponds, and in biofiltration swales. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon)until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01.3(2)D and 9-14.4. , 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of , Section 9-14.3 of the Kent Special Provisions. Fertilizer shall be applied in accordance with the procedures and requirements , for seeding in Section 8-01.3(2)B at the rates and analysis specified in Section 9-14.3 with regard to formulation and rate of application. 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 the fertilizing has been accomplished 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 170lbs/acre Fertilizer 4001bs/acre Wood Fiber 2,000 lbs/acre Tackifier 80lbs/acre Upper Mill Creek Culvert Replacement/Fielding 8-8 March 20,2008 Project Number: 07-3031 1 SECTION 8-01.3(2)D IS DELETED AND REPLACED BY THE FOLLOWING. ' 8-01.3(2)D Mulching ' Wood cellulose fiber mulch conforming to Section 9-14.4 of the Standard Specifications shall be applied to all seeded areas on this project. The application rate shall be 2,000 pounds to the acre to accordance with Section 8-01 of the ' Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. 1 Mulch of the type specified in Section 9-14.4(2) of the Standard Specifications and Special Provisions shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8-01.3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, I 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. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)E IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.3(2)E Tacking Agent and Soil Binders Unless specified otherwise,wood cellulose fiber mulch per Section 9-14.4(2) of the Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: ' Upper Mill Creek Culvert Replacement/Fielding 8-9 March 20,2008 Project Number: 07-3031 West of the summit of the Cascade Range -March 1 M 1 and August 15 to 'u s de age a to May 5 g October 1. Where contract timing is appropriate, seeding, fertilizing,and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. ' SECTION 8-01.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas i Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas,treat and reseed damaged spots larger than one square foot. SECTION 8-01.3(2)H IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)H Inspection ' Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, remulch or refertilize 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 at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)C IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.3(9)C Straw Bale Barrier Straw bale barriers shall be installed per the detail and locations shown in the plans. SECTION 8-01.3(9)D IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.3(9)D Inlet Protection Prior to clearing and grubbing, all catch basins near disturbed areas shall be fitted with inlet protection to prevent mud, silt and other debris from entering the storm sewer system. The Contractor shall maintain the inlet protection on a regular ' schedule as recommended by the manufacturer or as directed by the Engineer. At no time shall more than one foot of sediment be allowed to accumulate within a catch basin. The Contractor shall clean all catch basins and conveyance lines prior to ' paving. The cleaning operation shall not flush sediment-laden water into the downstream system. Upper Mill Creek Culvert Replacement/Fielding 8- 10 March 20,2008 Project Number: 07-3031 SECTION 8-01.3(I5)IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.3(15) Maintenance ' The E.S.C. facilities shall be inspected daily by the Contractor and maintained as necessary to ensure their continued function and operation. All sediment and material that accumulates as a result of the temporary erosion control measures must be removed and disposed properly. The Erosion and Sediment Control (ESC) Lead, as described in Section 8-01.3(1)B shall keep the Engineer informed of all areas of sediment accumulation; and the Contractor shall remove and dispose of all sediment and debris collected by the silt fences, inlet protection, straw bale barriers and sediment traps, as directed by the Engineer. The Contractor must obtain prior authorization by the Engineer before any material removal activities commence. This maintenance requirement also applies during any winter shut down. ' SECTION 8-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS. 8-01.3(17) Temporary Sediment Trap ' The Temporary Sediment Traps shall be constructed in accordance with the details P rY P ' shown in the plans. The Contractor shall inspect and maintain the Temporary Sediment Traps regularly. The Contractor shall remove sediment from the Trap when sediment has reached a depth of one (1) foot. The ESC Lead(Erosion and Spill Control Lead), as described in Section 8-01 of these Special Provisions shall notify the Engineer of the necessary ' removal; and as directed by the Engineer, the Contractor shall remove and dispose of the sediment. ' 8-01.3(18) Vehicle Maintenance and Storage Water used for washing vehicles and equipment shall not be allowed to enter storm ' drains or other State waters unless separation of petroleum products, fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be discharged into sanitary sewer or allowed to be held on ground for percolation. A recirculation system for detergent washing is recommended. Steam cleaning units shall provide a device for oil separation. Handling and storage of fuel, oil and chemicals shall not take place adjacent to waterways. The storage shall be made in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless the dispensing area is properly lighted. Disposal of waste shall not be allowed on fuel, oil, and chemical spills. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. ' Upper Mill Creek Culvert Replacement/Fielding 8- 11 March 20,2008 Project Number: 07-3031 8-0 1.3(1 )9 Failure to Perform TESCP ,If the Contractor fails to install the required TESCP measures, or to perform t maintenance in a timely manner, or fails to identify deficiencies, and fails to take immediate action to install additional approved measures, all fines, costs of cleanup, ' and costs for delays and down time shall be borne by the contractor. SECTION 8-01.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: , 8-01.4 Measurement Temporary Sediment Traps will be measured per lump sum, which shall include the ' sum total of all items for a complete temporary sediment trap to be constructed and maintained as shown in the plans, and as specified in this Special Provision. ' SECTION 8-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5 Payment The unit bid price per lineal foot for"Silt 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 bid rice per each for"Straw Bale Ditch Sediment Dam" constitutes ' p complete compensation for all materials, tools, labor and equipment required for supply, removal and disposal,placement and grading to install the straw bale ditch sediment dams wherever specified, shown on the plans or as directed by the Engineer. Straw shall be in an air dried condition free of noxious weeds and other materials detrimental to plant life. The unit bid price per hour for"Street Cleaning" constitutes complete compensation for all labor, materials, tools and equipment necessary to sweep the project site using a mechanical sweeper or a sweeper truck at the locations designated 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 bid price per square yard for"Hand Applied Straw Mulch" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dried condition,and free of noxious weeds and ' other materials detrimental to plant life. Upper Mill Creek Culvert Replacement/Fielding 8- 12 March 20,2008 Project Number: 07-3031 The unit rice per square yard for"Ground Cover Fabric" ( DEW 6300 Ground P p q Cover or approved equal) shall constitute complete compensation for furnishing, staking, maintaining and protecting the material in place (including sand bags and stakes) on all exposed soils per the plans and specification and as directed by the Engineer. See catalog cut from McConkey Company in Appendix 7. 8-02 ROADSIDE RESTORATION ' SECTION 8-02.2 IS DELETED AND REPLACED BY THE FOLLOWING. 8-02.2 Materials Materials shall meet the requirements of the following section: Topsoil Type A, Type B, and Type C........................9-14.1 8-02.3 Construction Requirements SECTION 8-02.3(1)IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. ' The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. ' SECTION 8-02.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 1. Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting,breaking, or skinning of roots, trunk or ' branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment(e.g., backhoe) outside of the drip lines of all ' existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as ' approved by the Engineer. SECTION 8-02.5 IS SUPPLEMENTED BYADDING 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. Upper Mill Creek Culvert Replacement/Fielding 8- 13 March 20,2008 Project Number 07-3031 This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding or sod installation. , 8-04 CURBS, GUTTERS,AND SPILLWAYS SECTION 8-04.3(1)IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways r The City will provide control staking in accordance with Section 1-05.5(6) of the Kent Special Provisions. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot,the Contractor shall remove the faulty section of curb ' and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SECTION 8-04.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: , 8-04.4 Measurement ' Measurement of cement concrete curb and cement concrete curb and gutter, when constructed across wheel chair ramps and/or driveways, will include the widths of ' the wheel chair ramp and/or driveway. SECTION 8-04.S IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 8-04.5 Payment ' Add the following to Section 8-04.5 of the Standard Specifications: "Cement Concrete Curb and Gutter"per linear foot. The unit contract price per linear foot for the above item shall be considered complete compensation for all materials, labor, tools and equipment required to ' install the curbs in accordance with the plans, specifications and as directed by the Engineer. Reference WSDOT Standard Plan 17-1. 8-12 CHAIN LINK FENCE AND WIRE FENCE r SECTION 8-1 Z 1 IS SUPPLEMENTED BYADDING THE FOLLOWING: r 8-12.1 Description 1 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. r Upper Mill Creek Culvert Replacement/Fielding 8- 14 March 20,2008 Project Number: 07-3031 SECTION 8-12.3(1)IS SUPPLEMENTED BYADDING 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. New materials shall meet the requirements shown in the plans or as directed by the Engineer. SECTION 8-1Z4IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.4 Measurement iTemporary fencing shall be measured by the linear foot of temporary fence, along the ground line exclusive of openings. Gates shall be included in the fence ' measurement. SECTION 8-12.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: ' 8-12.5 Payment ' "Install 4' High Green Vinyl Coated Chain Link Fence",per lineal foot. The unit contract price per lineal foot for"Install 4' High Green Vinyl Coated Chain Link Fence" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to furnish and install the chain link fence as shown on the plans and described in the specifications. This work includes, but shall not be limited to: installing posts attached to back of sidewalk, rails and chain link fabric, backfilling, and compaction. "Temporary 6' High Chain Link Fence"per lineal foot. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: t8-14.1 Description This work shall also consist of constructing wheel chair ramps at all street intersections, curb return driveways, or other locations in accordance with these specifications and in reasonable close conformity to the dimensions and cross- sections shown in the plans and to the lines and grades as staked by the Engineer. SECTION 8-14.3(3)IS DELETED AND REPLACED WITH THE FOLLOWING: 8-14.3(3) Placing and Finishing Concrete ' The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. ' Upper Mill Creek Culvert Replacement/Fielding 8- 15 March 20,2008 Project Number- 07-3031 After trowling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a transverse direction with a stiff bristled broom. The curb face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Expansion and contraction joints shall be constructed as shown in the Standard plans. When the sidewalk abuts a cement concrete curb or curb and gutter,the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full cross-section of the sidewalk with 3/8-inch premolded joint filler. SECTION 8-14.5 IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-14.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the Proposal: "Cement Concrete Sidewalk",per square yard , The unit bid per square yard or per each for the above item constitutes complete compensation for all materials, labor, tools and equipment necessary to install , cement concrete sidewalk and wheelchair ramps as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall include but not be ' limited to: restoration of areas adjacent to sidewalks and ramps that are disturbed from sidewalk forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and ' Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. 8-15 RIPRAP SECTION 8-15.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-15.1 Description Riprap will be classified as streambed gravel, rock for instream structures and light loose riprap. SECTION 8-15 2 IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-15.2 Materials Materials shall meet the requirements of the following sections: Streambed gravel ...................................................9-03.22 Rock for instream structures..................................8-36.2 Rock bands for box culverts and streams ..............8-36.2 Upper Mill Creek Culvert Replacement/Fielding 8- 16 March 20,2008 Project Number: 07-3031 SECTION 8-15.3 IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-15.3 Construction Requirements Streambed gravel, rock for instream structures, rock bands for box culverts and streams, and light loose riprap shall be placed in the locations and depths shown on the Plans. For streambed gravel, this includes placement inside the culverts per the cross sections as detailed. Boulders shall be pushed down into a firm position. Streambed gravel shall not be compacted. SECTION 8-15.4 IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-15.4 Measurement Streambed gravel shall be measured by the ton. Rock for instream structures shall be measured by the ton. Rock bands for box culverts and streams shall be measured by the ton. SECTION 8-15.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-15.5 Payment The unit contract price per ton of"Streambed Gravel" constitutes complete compensation for all labor, materials, tools, and equipment necessary for and incidental to the installation of streambed gravel as shown on the plans and described in the specifications. 8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING SECTION 8-24 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-24.1 Description Where shown on the plans or where directed by the Engineer, the Contractor shall remove and reconstruct the rock wall in accordance with the details shown on the plans and as specified herein. Exact limits shall be determined in the field during construction. 8-24.2 Materials The rock shall be hard, sound and durable. It shall be free from segregation seams, cracks and other defects tending to destroy its resistance to weather. Rock used shall have a density of at least 155 pounds per cubic foot. 8-24.3 Construction Requirements Rock walls shall be started by excavating the existing ground as staked by the Engineer and digging a trench for the bottom rocks not less than 1.0 foot below the subgrade. Upper Mill Creek Culvert Replacement/Fielding 8- 17 March 20,2008 Project Number- 07-3031 All excavation for the rock wall shall be completed before beginning placement of ' p g g rock. Rock selection and placement shall be such that at least 80% of the exposed face of the wall is rock. A six-inch tolerance will be permitted for the exterior slope plane and grade in the finished surface of the structure. Each horizontal row of rocks shall be seated and bedded by tamping and compacting the backfill material behind the rock to provide a stable condition for the entire wall. Each rock shall rest firmly on previously placed courses and shall be keyed into adjacent rocks by utilizing the natural irregular shape of the rocks. Rocks shall be individually placed. Placement by dumping will not be permitted. No payment shall be made for improperly placed rock. 8-24.5 Payment The unit contract price per ton for"Rock for Rock Wall" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary or incidental to acquire, load, haul and place the 1, 2, and 3-man rock and quarry spalls as shown on the plans. The price also includes the work to excavate and compact the material as shown on the plans and described in the specifications. 8-33 PROJECT SIGNS 8-33.1 Description This work shall consist of furnishing, constructing, and maintaining project signs complying with the requirements of these specifications where shown in the plans or where directed by the Engineer. Used project signs may be available for refurbishing when available, and when the Engineer approves. The Contractor shall pick up used signs (when available)at the City Maintenance Shop on West James Street, telephone (253) 856-5600. All project signs (new or refurbished) become the property of the City at the end of the project, and the Contractor shall in all cases return project signs to the same facility when so directed by the Engineer. 8-33.2 Materials Sign materials shall generally conform to the following requirements: Sign Board.................1/2 inch MDO G2S (good two sides)plywood. Braces.........................2 inch x 4 inch Fir Posts...........................4 inch x 4 inch or 4 inch x 6 inch Fir, depending on design required by Engineer. Paint........................ Good quality exterior enamel. Primer.........................Good quality primer compatible with selected enamels Letters ........................Premium quality vinyl with self-stick back or hand painted enamel meeting requirement for paint. Decal..........................Furnished by the City of Kent. Upper Mill Creek Culvert Replacement/Fielding 8- 18 March 20,2008 Project Number: 07-3031 8-33.3 Construction Requirements 8-33.3(1) Erection of Posts All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-33.3(2) Design A Three(3) vertical 4 inch x 4 inch Fir posts shall be attached to the sign board as shown in Kent Standard Detail 6-13. Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-33.3(3) Design B Fasten three (3)vertical 4 inch x 6 inch Fir posts evenly spaced at the back of the sign board. Posts shall be of break-away design with no more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Three horizontal braces shall be attached to the back of the sign board as described in Design A. Attachment of posts and bracing shall meet with the approval of the Engineer. Reference Kent Standard Detail 6-13. 8-33.3(4) Painting The face and edges of the 1/2 inch plywood sign board shall have one prime coat and two coats of exterior enamel. The posts, braces, and back of the sign board shall each have one coat of primer and exterior enamel. Paint enamel colors shall be red, blue, black and white as specified on Standard Detail 6-13 of the Special Provisions. 8-33.3(5) Letter Types The letter type shall be solid Helvetica medium, except in the cartoon balloon which shall be as indicated on Standard Detail 6-13 of the Special Provisions. 8-33.3(6) General Layout The general layout shall conform to Kent Standard Detail 6-13. 8-33.4 Measurement Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs—as determined by the Engineer—shall be deemed noncompliance with this Specification. 8-33.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: Upper Mill Creek Culvert Replacement/Fielding 8- 19 March 20,2008 Project Number: 07-3031 The unit contract per each for"Project Si rice constitutes complete p J � p p compensation for furnishing all labor and materials,refurbishing, constructing, and maintaining the project sign for the life of the project or until ordered removed by the Engineer. Failure to procure used signs when available or adequately maintain and return project signs to the City of Kent Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. DIVISION 8 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 8-36 INSTREAM STRUCTURES 8-36.1 Description This work shall consist of constructing and installing the instream stabilization structures, including rock and rock bands. 8-36.2 Materials Materials shall meet the following requirements: Rock for Instream Structures Rock for constructing instream structures shall be large, broken pieces of igneous and metamorphic rock types. Rock materials shall be rectangular, sound material, resistant to weathering, and free of soft, weathered material with seams of soft rock, susceptible to deterioration. Density of the material shall be a minimum of 160 pounds per cubic foot. The size categories for rock shall be as follows: Rock Size Rock Weight(Lbs.) Average Dimension(In.1 One Man 50 - 200 12 - 18 Two Man 200 - 700 18- 28 Three Man 700- 2,000 28 - 36 Four Man 2,000 -4,000 36-48 Five Man 4,000 - 6,000 48 - 54 Six Man 6,000- 8,000 54 - 60 Rock Bands for Box Culverts and Streams Rock Size Rock Weight(Lbs.) Average Dimension(In.) Cobble 40 - 50 10 - 12 Two Man 200 - 700 18 - 28 8-36.3 Construction Requirements The Contractor shall notify the Engineer two working days prior to beginning installation and construction of instream structures. Upper Mill Creek Culvert Replacement(Fielding 8-20 March 20,2009 Project Number: 07-3031 All instream structures shall be constructed as shown in the Details at the locations indicated on the Plans or as directed by the Engineer. Instream structures may be subject to field-fit conditions. 8-36.4 Measurement Bid items of work completed will be measured as provided in Section 1-09.1 Measurement of Quantities unless otherwise provided for by individual measurement paragraph herein this Section. No separate measurement will be made for excavation, placement, topsoil backfill, or rebar for construction of the stream stabilization structures. The costs for these items shall be included in the related items of work. The following items will be measured by the ton installed: "12"-18" Round Boulders for Box Culvert" "Rock Bands for Box Culvert and Channel" 8-36.5 Payment The unit contract price per ton of"12" - 18"Round Boulders for Box Culvert" constitutes complete compensation for all labor, materials, tools, and equipment necessary for and incidental to the installation of rock inside the box culvert as shown on the plans and described in the specifications. The unit contract price per ton of"Culvert Rock Band" constitutes complete compensation for all labor, materials, tools, and equipment necessary for and incidental to the installation of the rock band in the box culvert as shown on the plans and described in the specifications. The unit contract price per ton of"Channel Rock Band" constitutes complete compensation for all labor, materials, tools, and equipment necessary for and incidental to the installation of the rock band in the stream as shown on the plans and as described in the specifications. Upper Mill Creek Culvert Replacement/Fielding 8-21 March 20,2008 Project Number: 07-3031 DIVISION 9 —MATERIALS 9-03 AGGREGATES SECTION 9-03.12(3)IS REVISED BYDELETING THE GRAVEL SPECIFICA TION 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. SECTION 9-03.14(1)IS DELETED AND REPLACED BY THE FOLLOWING. 1 Borrow 9-03. 4(1) Gravel Bo w G e 0 Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passinly, 3Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent(5%)based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. Where additional materials are required to formulate the street sub-base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. Upper Mill Creek Culvert Replacement/Fielding 9- 1 March 20,2008 Project Number: 07-3031 * The maximum size of stone for eos nthetic reinforced walls or slopes shall be g Y P 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 9-03.17IS DELETED AND.REPLACED BY THE FOLLOWING. 9-03.17 Foundation Material Class A and Class B Foundation Material Class A and Class B shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class A and Class B shall conform to the following gradations: Percent Passing Sieve Size Class A Class B 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, � g Y angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15%max Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2.48 min SECTION 9-03.19 IS SUPPLEMENTED BYADDING THE FOLLOWING. 9-03.19 Bank Run Gravel for Trench Backfill The fine content of bank run gravel for trench backfill is limited to a maximum of 5 percent based on the fraction passing the 3/4-inch sieve. Upper Mill Creek Culvert Replacement/Fielding 9-2 March 20,2008 Project Number. 07-3031 SECTION 9-03 IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-03.22 Streambed Gravel Streambed gravel shall be placed as shown in the plans. The streambed gravel shall be clean, naturally occurring,rounded, uniformly graded material and shall meet the following size gradation requirements by weight: Streambed Gravel Screen Size Percent of Mix 2 to 4 inches 20% 1 to 2 inches 20% 1/4 to 1 inch 30% < 1/4 inch 30% The Contractor shall submit certification for streambed gravel stating: conformity with these specifications, source of material, sieve analysis, and identity of testing agency. The submittal shall be made to the Engineer two weeks prior to placement. 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.1(1)IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-14.1(1) Topsoil Type A Topsoil Type A shall be free of weeds and consist of the Special Planting Mixture p YP p g per Section 9-14.4(11) of these Special Provisions with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. SECTION 9-14.](1)IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 9-14.1(1)A Rotted Manure Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. 9-14.1(1)B Peat Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. 9-14.1.(1)C Sandy Loam Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition,soil particles shall meet the following requirements for grading: Upper Mill Creek Culvert Replacement/Fielding 9-3 March 20,2008 Project Number: 07-3031 Passing1 inch sieve (square opening).................100% ( q p g) Passing 1 mm sieve..............................................80% minimum Passing 0.15 mm sieve.........................................15% maximum SECTION 9-14.3 IS SUPPLEMENTED BYADDING THE FOLLOWING. 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of commercial fertilizer(6-10-8), "Jobe's Tree Stakes", or"Agriform Slow Release Tablets". Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen............ 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous...... 16% of weight Total available Potassium.......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen 21% (Analyzed as N) Available phosphorous ..............0% (Analyzed as P205) Available potassium................... 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments SECTION 9-14.4(2)IS DELETED AND REPLACED BY THE FOLLOWING. 9-14.4(2) 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. Upper Mill Creek Culvert Replacement/Fielding 9-4 March 20,2008 Project Number: 07-3031 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. SECTION 9-14.4(8)IS SUPPLEMENTED BYADDING THE FOLLOWING. 9-14.4(8) Compost Compost shall not contain any sawdust, straw, green or under-composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. SECTION 9-14.4 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 9-14.4(11) Special Planting Mixture Special planting mixture shall consist of three-way mix consisting of one part rotted manure, one part sandy loam, and one part peat by volume with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. Rotted manure shall consist of well-rotted unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. Peat shall consist of fibrous sedge,wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. jSandy 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 The sandy loam shall be free from subsoil,noxious weed seed and other foreign substances and shall have a pH factor of between 5.0 and 6.0. Maximum Electrical Conductivity shall be 2.0 milliohms. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe SECTION 9-30.1(1)IS SUPPLEMENTED BYADDING THE FOLLOWING. 9-30.1(1) Ductile Iron Pipe Upper Mill Creek Culvert Replacement/Fielding 9-5 March 20,2008 Project Number: 07-3031 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. SECTION 9-30.1(4)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-30.1(4)A Steel Pipe (6 Inches and Over) Materials shall be as described in Section 7-10.2 and 9-30.1(4)A of the Standard Specifications as modified and supplemented herein. Steel casing pipe shall have a minimum 1/4-inch thickness. Bedding gravel shall be crushed gravel, 5/8 inch minus. Foundation gravel and bank run gravel shall conform to the requirements in these Specifications. 9-30.2 Fittings SECTION 9-30.2(1)IS SUPPLEMENTED BYADDING 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 with rubber neoprene gaskets. Field fabricated fittings shall not be permitted. 9-30.3 Valves SECTION 9-30.3(1)IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-30.3(1) Gate Valves (3-inches 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 BY THE FOLLOWING: 9-30.3(4) Valve Boxes Valve boxes shall be installed on all buried valves and conform to City of Kent standard detail 3-12. 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 cover shall be an Olympic Foundry deep Upper Mill Creek Culvert Replacement/Fielding 9-6 March 20,2008 Project Number 07-3031 1 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 Special Provisions or shown on the plans. The bottom section shall be an Olympic VB-1 C 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 parallel to the direction of water flow. i Upper Mill Creek Culvert Replacement/Fielding 9-7 March 20,2008 Project Number- 07-3031 KENT STANDARD DETAILS The following Kent Standard Details supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. WATER 3-3(a) Air Release Valve Chamber&Vault 3-12 Valve Box & Operating Nut Extender SEWER 4-6(a) 24"x 6" Locking Manhole Frame and Cover STORM 5-8(a) Catch Basin Type II 48" & 54" 5-9 Safety Steps & Top Slab for Type II Catch Basin STREET 6-11 Expansion Joints & Score Marks 6-13 Project Signs 6-38 Typical Sign Mounting Details Upper Mill Creek Culvert Replacement/Fielding A- 1 March 20,2008 Project Number: 07-3031 Y e=� ON U a W � Oix w O O o cr- N N;Z � L, O `� aC Zy V W "d q 4J in cow g3 Or O F� 3 O N0 ML" i a' U cr- = ~~, �o v zo z L 3 U m C < Z =� Z Z O W 0 > e \ Dw. )y�,� O� V' Iv J W cc N N> ? iM cc ix y wO m m m � 2 �> W z zW133 a N Z I I a comnri l I ao W a J W� W O �� aw a0 o 0 N z O O 00 Z n N I I a I N g Z Z I I ta pbjNZY Y • > OU a X N I I O ria:- N N J I > D �C, �C+1 00 004 Zv 0 rl, 265 co N MW UO a �C ce M Z W od �� i maw w 5 mma zo Lco Ix z� o�� �n z xm'`•- T� N CVIO W� wN O_7 E z 3� • a:O #Now Q W� W f zw re �o: cif SOS Ix spa c� I -FQQ-{{z 0v\3� vwi mp xOM y-loa I o 0 z 'M 10-WO CITY OF KENT Z N ENGINEERING DEPARTMENT x x 02 I w AIR RELEASE o �m1 o" ANT VALVE CHAMBER & VAULT Xu Ih im j >� N WO DRA JB gCAl,g NONE STANDARD OETNL CHECKED my i DATE 10/2003 3-3 Z C."FNaNm+ APPROVED 3000 PSI CONCRETE OLYMPIC FOUNDRY VB 940 WITH PAD IN UNPAVED TWO (2) INCH "DEEP SKIRT" COVER. AREAS THE COVER SHALL BE MARKED "WATER". SEE NOTE 5. SEE NOTE 6 FOR TRANSMISSION ZONE SEPARATION OR OTHER APPLICATIONS SPECIFIED BY THE • DIRECTOR. 3, z .• , a � a r—� a I I a • ° I EXTENSION M • ' Q II AS NEEDED I I i� � • d d d•, °• • I I • • • • d - II II I I 3 x3 x6 THICK CONCRETE II PAD AROUND VALVE COVER IN UNPAVED AREAS I BASE SECTION: PLAN RICH 24 VALVE BOX BOTTOM, OLYMPIC NO. VBIC OR 2" SQUARE PRE—APPROVED EQUAL OPERATING AND SHALL BE COMPATIBLE NUT d ---- WITH TOP SECTION ROCK GUARD, 4 1�4" DIA. 1/8 MIN. THICK . VALVE eox wITH OPERATING NUT EXTENDER z NOTES: 3/4" SOLID 1 1. EXTENSIONS ARE REQUIRED WHEN THE VALVE NUT IS STEEL ROD. MORE THAN THREE (3) FEET BELOW FINISHED GRADE. 2. EXTENSIONS SHALL BE A MINIMUM OF ONE (1) FOOT LONG. 3. EXTENSIONS SHALL BE SIZED AS NOTED, AND PAINTED WITH TWO (2) COATS OF METAL PAINT. Li 4, EXTENSIONS ARE MANUFACTURED OR AVAILABLE FROM pERAT1NG NUT EXTENDER H.D. FOWLER OR PACIFIC WATERWORKS. 5. EARS, LUGS OR STAINLESS CAP SCREWS ON COVER CITY OF KENT SHALL BE ALIGNED WITH DIRECTION OF WATER FLOW. ENOINEERIND DEPARTMENT 6. FOR ADDITIONAL REQUIREMENTS AND USE SEE SECTION VALVE BOX AND 3.7.3 OF THE CITY OF KENT CONSTRUCTION STANDARDS KENT w•erIrorer OPERATING NUT EXTENDER DESIDNm JB 8CJLLE STANDAND DETAIL CHMIM DATE 11-30-04 3—12 an D10eED1 8 WEBS 1/2" (TYP.) � � 1/4" S_Q 3/16" j�� — I I-+ 1/2" SQ. ALTERNATE COVER SKID DESIGN DETAIL (SEE NOTE 1) FOR 5/8"-1 1 N.C. x 1 1/4" 1 7/8" S.S. 1/2 HEX. HD. CAP SCREWS (TYP.) (3 REQUIRED) *TOP OF FRAME SHALL BE ADJUSTED EVEN WITH ROADWAY SECTION DRILL & TAP: 5/8"-11 N.C. ON 23" B.C. (TYP. 3 PL.) COVER DIA. - 25" 26 3 8" 25 1 4" NOTE: FOR STORM SEWER APPLICATIONS SAME FRAME & COVER BUT CHANGE THE 1" 24" WORD "SEWER" TO "DRAIN" ON COVER CASTING. * TYP. NON-SKID PATTERN ,T (EXCEPT IN SIDEWALK 6� ZE L i LOCATIONS-SEE NOTE 1.) 1 1�2" CORE (TYP.) 1 1/4�. �, '' 3/4' CORE (TYP.) e� a ON 23" B.C. 23 3 4" , %%% B `�% 33 3 4" - === ------ I SECTION A-A �% 2"x3/8" RAISED LETTERS 1" CORE- �`k CAST ON COVER. "DRAIN" HOLE "SEWER", OR "WATER". ALTERNATE NON- SKID PATTERN. NON-SKID SEE NOTE 1. PATTERN (TYP.) (3/8" DEPTH) 5/8" 2 NOTES: 1 3/8"J ' --� 1" MACHINED SEAT (TYP.) RATING - H-20 2 1 2 / APPROX. WEIGHT- FRAME - 229 LBS. 25" COVER - 157 LBS. CAST IRON SECTION El- 1. THE ALTERNATE NON-SKID PATTERN SHALL BE CITY OF KENT UTILIZED WHEN THE COVER IS LOCATED IN THE ENOINEERINO DEPARTMENT SIDEWALK. ��K E 14 24"x 6" LOCKING MANHOLE 2, OLYMPIC FOUNDRY PART NO. MH 30D/T IS THE FRAME AND COVER PRE-APPROVED PRODUCT. ALL OTHERS REQUIRE WRITTEN APPROVAL OF THE ENGINEER PRIOR TO omvm Da1°"ED scAlg srANDARo DErNI INSTALLATION. CHECM DIu DATE a-11-9s 4-6�a) APPRovEo `m " r r FRAME AND GRATE OR RING AND COVER (SEE STD. DETAIL 4-5, 4-6 do 4-6A) Z I UNLESS SPECIFlED AS THROUGH—CURB INLET r8" m i RISER OR ADJUSTMENT SECTION HANDHOLDS FLAT SLAB COVER 20"x24" OR 24" DIAMETER STEPS AND LADDER (SEE STD. DIET. 5-9) 48" OR 54' '�, *ALL JOINTS IN THE BRICKS, GRADE RINGS AND RISERS USED FOR FINAL a• .• ,, ''' 'x GRADE ADJUSTMENT SHALL BE FILLED WITH MORTAR. CASTINGS SHALL BE SEATED IN MORTAR PLACED ON THE TOP COURSE. m r rMORTAR FILLET PRECAST BASE WITH INTEGRAL RISER a � .` GRAVEL BACKFILL FOR PIPE BEDDING, B" MIN. COMPACTED DEPTH. FOR PRECAST BASES 48"0-6' T— ONLY. 54"0-8" 6' (FOR SEPARATE �'—" 1'-0" CAST IN PLACE REINFORCING STEEL (FOR PRECAST ONLY) BASE WITH INTEGRAL RISER) 0.15 SQ. IN./FT. IN EACH DIRECTION FOR 48' DIA SEPARATE CAST IN PLACE 0.19 SQ. IN./FT. IN EACH DIRECTION FOR 54' DIA. OR SEPARATE PRECAST BASE '0" RING REINFORCING STEEL (FOR SEPARATE BASE ONLY) 0.23 SO. IN./FT. IN EACH DIRECTION FOR 48" DIA 0.19 SO. IN./FT. IN EACH DIRECTION FOR 54" DIA. DESIGN ASSUMPTIONS PRECAST BASE JOINT SOIL BEARING VALUE EQUALS 3300 #/FT2 (MIN.) r NOTES: 4. ALL BASE REINFORCING STEEL SHALL HAVE A MIN. YIELD 1. CATCH BASINS TO BE CONSTRUCTED IN ACCORDANCE W/ STRENGTH OF 60,000 PSI & BE PLACED IN THE UPPERHALF OF THE BASE WITH 1" MIN. CLEARANCE. ASTM C 478 (AASHTO M 199) do ASTM C 890 UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE STD. 5. PICK HOLES, CRACKS AND ANY OTHER JOINTS SHALL BE SPECS. FINISHED GROUTED TO PROVIDE A WATERTIGHT STRUCTURE. 2. HANDHOLDS IN RISER OR ADJUSTMENT SECTION SHALL HAVE 3" MIN. CLEARANCE. STEPS IN CATCH BASIN CITY OF KENT SHALL HAVE 6" MIN. CLEARANCE. NO STEPS ARE REQ'D ENGINEERING DEPARTMENT 1 WHEN 'B' IS 4' OR LESS. 3. KNOCKOUT OR CUTOUT HOLE SIZE IS EQUAL TO PIPE KENT CATCH BASIN OUTER DIAMETER PLUS CATCH BASIN WALL THICKNESS. w."M,..,.. TYPE II 48" & 54" MAX. HOLE SIZE IS 36" FOR 48" CATCH BASIN, 42" DM04ED scu¢ STANDARD DETAIL 54" CATCH BASIN MIN. DISTANCE BETWEEN HOLES IS B". CHECKED DATE 5-8(a) /a 1 APPROVEDCOYEWN= J ` / r 24" y.1 �T� I•I I� 2' CLR TYP. i li( k l i li #6 BARS 0 7 CENTERS ;x I'1,���,X BOTTOM FACE WITH �I Sri 4V 1" MIN. COVER 1 1 -�(V- a 96" TOP SLAB T 24" RS"5 BARS 0 6 CENTERS E ���11�,� I BOTTOM FACE WITH i �y� 1" MIN. COVER 2" CLR 1 I> I> 20" 72" TOP SLAB I \� 2' MIN. i 24" JR. 'I ri- #4 BARS 0 6" CENTERS BOTTOM FACE WITH 2" 1" MIN. COVER T TYPICAL ORIENTATION FOR ACCESS AND STEPS 2001 ONLY ONE STYLE OF CATCH BASIN MAY BE USED IN A CATCH BASIN. DO NOT MIX 00 STYLES. Q2 t 48" do 54" TOP SLAB CITY OF KENT NOTES• ENGINEERING DEPARTMENT O1 SLAB OPENING SHALL BE 24" X 20" FOR KENT SAFETY STEPS do TOP SLAB RECTANGULAR AND 24" DIAMETER FOR ROUND. "•••'•••"• FOR TYPE II CATCH BASIN 2QSEE STANDARD DETAIL 4-8 FOR STEP, �ED 29 scuE suwauzo oEruL LADDER AND GRADE RING. CHECKED 6-"-99 5-9 APPRovEo 10' MIN. OR 15' MAX. 5' 5' 5' (q ,Sj Tic. EXPANSION JOINT SCORE MARK QW.) (TYP.) SEE DETAIL "A" SEE DETAIL "B CURD &J'al GUTTER 10' MIN. OR 15' MAX. " 3/8"x4" EXPANSION JOINT, L4' SCORE MARK, 5' O.C. 4 10' MIN. OR 15' MAX. O.C. SEE NOTE 2 (MATERIAL SEE NOTE 1) ( ) DETAIL "A" DETAIL "B" EXPANSION JOINT SCORE MARK 4" EXPANSION MATERIAL (SEE NOTE 1) ' T DRIVEWAY SIDEWALK 3/8"x4" EXPANSION MATERIAL. (SEE NOTE 1) 4" 6" CEMENT CONCRETE DRIVEWAY APRON CURB. GUTTER $ SIDEWALK AND GUTTER FOR RESIDENTIAL DRIVEWAYS. 8" REINFORCED CEMENT CONCRETE APRON CROSS SECTION AND GUTTER FOR COMMERCIAL DRIVEWAYS. NOTES: DRIVEWAY CROSS SECTION 1. EXPANSION JOINT MATERIAL TO BE 3/8" THICK AND SHALL BE PLACED AT 10' MIN. OR 15' MAX. SPACING. ELASTOMERIC JOINT MATERIAL SHALL BE IN CONFORMANCE TO SECTION 9-04.1 (4) OF THE WSDOT STANDARD SPECIFICATIONS. CITY OF KENT 2. SCORE MARKS SHALL BE t 1/8" WIDE BY 1/4" DEEP ENGINEERING DEPARTMENT AT 5' SPACING. 3, EXPANSION JOINTS SHALL BE INSTALLED IN CURB & KENT EXPANSION JOINTS ANO SCORE MARKS GUTTER AND SIDEWALK AT P.C. & P.T. AT ALL CURB w.."Ir.T.. RETURNS AND ALL ANGLE POINTS. DESIGNED R SCALE NONE STANDMo DETNL 4. FORM & SUB-GRADE INSPECTION REQUIRED BEFORE CHECK _ _ POURING CONCRETE. APPR �� an 6- 96" 2'x4' BRACE 36"t (3 PLACES) ' rC--------------------- 3 1/2• PROJECT 4' II II 11/2" NAME "' R OUR I I I I 4 MDON PBOONLSt' I I I I 1 1/2" II II II II II II II II 11" IL _ ---------------I L -- -- -------------J I I I— --------------4 I-- —���-�-----------4 I I wArM/r.TO■ 1/2" KENT PUBLIC WORKS DEPT. 1. ENGINEERING DIVISION ; ; 3" II II 61/2' CON' RACTOR'S NAME ; ; 3: I-----------------------i r—BGNT-RAGTGR--------------I I 1. --------------------- ------------------ --- 2 1/2' I CENTER ALL HERE GRADE (1 1 ) NOTES: 4'x4' POSTS OR 1. BACKGROUND COLOR IS WHITE. 4'x6" BREAK—AWAY POSTS 2, CARTOON FIGURE IS BLACK, 3. PROJECT NAME IS BLACK. 4. "KENT PUBLIC WORKS DEPT.' AND 'ENGINEERING DIVISION" IS RED. 5. "PARDON OUR PROGRESS" IS RED. 6. 'CONTRACTOR" AND THE CONTRACTOR'S NAME ARE BLACK. 7, THE CITY OF KENT DECAL IS PROVIDED BY THE CITY. B. 4" LETTERS ARE 1/2" WIDE; 3' LETTERS ARE 3/8' WIDE; 1' LETTERS ARE 1/B' WIDE. CITY OF KENT 9. HORIZONTAL 2'X4' FIR BRACES ARE REQUIRED AT TOP, ENOINEERINO DEPARTMENT MIDDLE, AND BOTTOM OF SIGN FOR ATTACHMENT TO 4'X4' OR 4'X6" POSTS AS NECESSARY. 10. BREAK—AWAY WOOD POSTS ARE DRILLED AS REQUIRED ANT PROJECT SIGNS w•.NIrrT.. TO PROVIDE NO MORE THAN 12.25 SQUARE INCHES OF SHEAR AREA AT A POINT 2' ABOVE THE GROUND. mwm_D �µD�tD o�ru� CHECKED _ate an , 6-13 IBAND—R BRACKET iOR APPROVED EQUAL 3 5/16"x2 1/2" I GALV. LAG SCREWS ' W/ GALV. WASHERS ly_ VIA' RE I E EXISTING 3� SIGN AS DIRECTED NO G cc 00 BY ENGINEER �Fp�P� P NY fPofG0 E o f MOUNTING ON STREET LIGHT P A�E (10 EpGV��515) STANDARDNOT TO SCALE R SIGNAL POLE 00 NEW PRESSURE 00 TREATED WOOD POST 4"X4"X14' LONG—�- CEMENT CEMENT CONCRETE CON RETE FILL VOID BETWEEN SIGN POST AND PIPE EQ. EQ. WITH SAND AND COMPACT } P � FILL VOID BETWEEN SIGN POST AND `o PIPE WITH ND 8" PVC PIPE AND COMPACT SCHED. 40 A—A SECTION NOT TO SCALE i CITY OF KENT ENGINEERING DEPARTMENT TYPICAL .ANT SIGN MOUNTING DETAILS M& 9Ps sc" STMUMD DEruL ID EW DATE 6-38 AP WSDOT STANDARD PLANS DRAINAGE STRUCTURES AND HYDRAULICS B-55.22-00 Pipe Zone Bedding and Backfill B-90.40-00 Concrete Thrust Block B-90.50-00 Concrete Thrust Block for Convex Vertical Bends CURBS, APPROACHES, GUTTERS AND SIDEWALKS F-10.12-00 Cement Concrete Curbs r 1 1 1 r Upper Mill Creek Culvert Replacement/Fielding A-2 March 20,2008 Project Number: 07-3031 lOMi1AO/�®IYYCiFM AtY iapaYol Q BMW OLYJYWOp YYIIOIaM111MiLL1YI!/ ^� I101®1•IALLY➢IRLWBIWliYOM�iGABi4 �u CC YAM TMWplll ltYdWtlexGW9IIWW 'a y uwcma�mra+re:rYuwnxvusu aox = N Ft}CC■r °:1 '4 ~ Zm d 314OZ 3dld m �y14' Q d IL 0 IL t RK v h � N C O 12 cc au LL O r ° d IL Z6 a P Nam r- N of O O O c o � ai I_ m � m � assess W a Z J goo a 0 S� $� a a_ui�� _c 2 IL U IL I �3NOZ 3dld 02 0 0 0 1 W 3NOZ 3dld 3NOZ 3dld 1 a ao a A O'O A A %09 %09 A A AT IL W C� O � 66C O O d oD IL W QQCL o AL SIR Wei W � < 9g 0 a1 ��1111 �� YT611xM�IfYgpitMxRtY�Y61Y4W 0 -lCt dWaNY11uIY6011YlIMOIII�`�NIl i1{pIY O lilt, YiIM TMOW ILL itWY10yl0YblBxNU1 � S (< uwumr�Y�GMi1Y1at/eMWiLL amY " C Zo" IN Z x gi o 'a0 m d V� •� I-j Z ccuj ILA WW WW ad O P O Y f. o Vd b� e Vd»� V V .e d S► y+ b 2 F up b N ijig W V a� d J u W n . g I m� d H 1- Ed b G rz at O •� § F- d .e of 1 O 0 ; UA t UA j $ d > � n r < d d ul m a� w '9 Y —TL Wd .Lt d ►-dIU !� 1 0 u z 9 us > C > .s .t a z J A o d 7LU JU �Z no:U W LL d m g z4 a J JU 00 I � d o i�i"i�� a b � o e d ul G �! z g W d O,'t' �T �earonmwasuw�r'wawuo1 y Q ° awa.ew�wrumuiaNn.wnsr i Q O �C �qq ,p gg u�u� ��gg eo.�+��eurr�wwawrnowraow la Q tV r �F S g �8 ou 8 v ai N 9!Ja vsy� r egg opt 4 o o o a g ��W e&°�� W 09 Q g � s � � •� a � a � a � U Z W ` ,68 $ Z 's IA lu U C a9 2 � cv of v • `i V � 6i a s O S W n Z M W e Q U 2 a W z SGi 'a q (7 NIL W U 7 W Go Jv lz V < W m O log U0. ~� Z 0 usmrwnmwimsaiw�rinyruu Y Q ••wnawaw�ouruw�w•wsuiv ar m u��•�rne�w srm.va�inuw�iwu�i V � �� 3 CE CI ; 0 m ul o Z �W N N N N W G� W Y,LL m vi O ITO 1l a m Yf Q N N O O O N Pl Yf m O J i N lV Pl P! A 03 O en le P) f 1p O Yf fC Y W 1� Q � pp x�p 8 p �y Z ram.'O LL O N N N N Y O A 8 uj NEb�yy N NaN N ��O N (Y(yyf yy�� ^ iNNp o 0o op1q po N N 94 N N N N ' d� Z m H _ V m -v v Nad - v D 1.13 aGv Fm m 3 �w O � m GEOTECHNICAL REPORT t Upper Mill Creek Culvert Replacement/Fielding A-3 March 20,2008 Project Number: 07-3031 February 07, 2008 SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING REPORT City of Kent Upper Mill Creek Culvert Replacement 10500 SE 2641th Street Kent WA Project# 07-3031 LPrepared for City of Kent Public Works Engineering 400 W. Gowe St. Kent, WA 98032 Jason Geotechnical Engineering Date: 02-07-2008 Engineering& Retaining Structures Pr 'ect:Upper Mill Creek Consulting Project Management/Inspection Culvert,Kent#07-3031 of Business,Inc. Pavement Design&Analysis File#:08008-001 City of Kent Public Works Engineering 400 W.Gowe St. Kent,WA 98032 Attn: Mr.Joe Fielding/City of Kent: Re: Subsurface Exploration/Geotechnical Engineering Report,Parcel#:SE 264th St.R/W At your request,we have conducted a soils exploration and foundation evaluation for the above mentioned project. The results of this investigation, and our recommendations, are to be found in the following report. We have provided three copies for your use and distribution. During our exploration, a test boring was advanced and soil samples submitted for laboratory testing from the project site. Published literature and retrieved samples have been carefully analyzed to determine soils bearing capacities and footing embedment depths. The results of the exploration and analysis indicate that conventional spread and continuous wall footings appear to be the most suitable type of foundation for the support of the proposed structure. Little variability was encountered in comparing the soil profiles of the site. Net allowable soil pressures,embedment depth,soil parameters,and total expected settlements have been presented for the site,later in the report. Often,because of design and construction details that occur on a project,questions arise concerning soil conditions. We are pleased to continue our role as geotechnical engineers during the project. We appreciate this opportunity to be of service to you. If you have any questions concerning this report,the procedures used,or if we can be of any further assistance please call us at(206)786-%45. Respectfully, JASON ENGINEERING T1NG BUSINESS,INC Jas . .Bell, ' Pr ident 3?343 O waves ON PO Box 181 Auburn WA.%On Page 2 of 21 Phone:(206)786-8645 Fax(253)833-7316 Email:jason@jasonengineer.com Jason Geotedmical Engineering Date: 02-07-2008 TEngineering& Retaining Structures Upper Mill Creek Consulting Project Management/Inspection Culvert,Kent#07--3031 Business,Inc. Pavement Design&Analysis File#:0800&001 Table of Contents Table of Contents 3 Investigation Information 4 Site Exploration Procedures 5 Site Information 6 Foundation Discussion&Recommendations 9 Construction Considerations 12 Pavement Design Recommendations 13 Conclusion 15 Appendix I. Test Boring Log 16 Appendix IL•Additional Site Photos 17 Appendix III:Figures,Bearing capacity calculations 18 Appendix IV:Geotechnical General Notes 21 PO Box 181 Auburn WA.98071 Page 3 of 21 Phone:(206)786-8645 Fax(253)833-7316 Email:jason@jasonengineer.com Jason Geotechnical Engineering Date: 02-07-2008 �f Engineering& Retaining Structures ELcrgt Upper Mill Creek Consulting Project Management/Inspection Culvert,Kent#07-3031 of Business,Inc. Pavement Design&Analysis File#:08008-001 Investigation Information Introduction This report presents the results of a soils exploration and foundation analysis for the proposed new construction located at 10500 SE 26VI Street in Kent WA. The subsurface exploration and analysis determines the various soil profile components,the engineering characteristics of the foundation materials and provides criteria for the design engineers and architects to prepare or verify the suitability of the foundation design. This report was requested by Joe Fielding/City of Kent, Written authorization in the form of contract to perform this exploration and analysis was provided by Joe Fielding/City of Kent Scope: The scope of this geotechnical report and analysis included; a review of geological maps of the area, review of geologic and related literature,a reconnaissance of the immediate site,subsurface exploration,field and laboratory testing, and an engineering analysis and evaluation of the foundation materials to provide allowable bearing capacity, estimates of settlement, subgrade modulus, lateral earth pressure design values, geotechnical recommendations for site grading including site preparation, subgrade preparation, fill placement criteria, suitability of on-site soils as structural fill,as well as an evaluation of landslide and erosion hazards at the site per the City of Kent Critical Areas regulations. We were not requested to provide an Environmental Site Assessment for this property. Any comments concerning onsite conditions and/or observations,including soil appearances and odors,are provided as general information. Information in this report is not intended to describe,quantify or evaluate any environmental concern or situation. General: The exploration and analysis of the foundation conditions reported herein are considered sufficient in detail and scope to form a reasonable basis for the foundation design. Any revision in the plans for the proposed structure from those enumerated in this report should be brought to the attention of the soils engineer so that he may determine if changes in the foundation recommendations are required. If deviations from the noted subsurface conditions are encountered during construction,they should also be brought to the attention of the soils engineer. The soils engineer warrants that the findings, recommendations, specifications, or professional advice contained herein, have been promulgated after being prepared according to generally accepted professional engineering practice in the fields of foundation engineering,soil mechanics and engineering geology. No other warranties are implied or expressed. This investigative report has been prepared for the exclusive use of Joe Fielding/City of Kent and retained design consultants thereof. Findings and recommendations within this report are for specific application to the proposed project All recommendations are in accordance with generally accepted soils and foundation engineering practices. PO Box 181 Auburn WA.98071 Page 4 of 21 Phone:(206)786-SW Fax:(253)833-7316 Email:jason@jasonengineer.com Jason Geotechnical Engineering Date: 02-07-2008 Engineering& Retaining Structures Upper Mill Creek Consulting Project Management/Inspection Culvert,Kent#07-3031 Business,Inc. Pavement Design&Analysis Me#:08008-001 Site Exploration Procedures General Notes: The field exploration to determine the engineering characteristics of the foundation materials included a reconnaissance of the project site, excavating the test boring, performing field penetrometer and vane shear tests and recovering disturbed grab samples. Test boring was advanced to 20 feet below the existing ground surface. Test boring were located by the field crew near as possible to the proposed culvert location. City of Kent supplied a site plan to locate the proposed culvert orientation and position the excavations. The test boring was located by the field technician by means of normal taping and pacing procedures and is presumed to be accurate to within a few feet. After completion, the boring was backfilled with excavated soils and the site cleaned and leveled as required. The types of foundation materials encountered in the test boring has been visually classified and described in detail on the log provided in the Appendix. The results of the field penetrometer and vane shear tests,moisture contents and other laboratory tests are presented on the log. It is recommended that the log not to be used for estimating quantities due to highly interpretive results. Drilling&Sampling Procedures: The test boring was performed with a tire-mounted hollow stem auger drill rig. Representative samples were obtained from the boring at various soil intervals. The samples obtained by this procedure were classified in the field by a soils technician, identified according to boring number and depth, placed in plastic bags to protect against moisture loss and transported to the laboratory for additional testing. Laboratory Testing Program: Along with the field investigation, a supplemental laboratory testing program was conducted to determine additional pertinent engineering characteristics of the foundation materials necessary in analyzing the behavior of the proposed culvert structure. The laboratory testing program included supplementary visual classification and water content determinations on all samples. In addition, selected samples were subjected to Atterberg Limits Tests-ASTM designation D-4318,Moisture Content Analysis-D4959,and Grain Size Analysis-ASTM designation C-117, G-136. All phases of the laboratory testing program were conducted according to applicable ASTM Specifications and the results of these tests are to be found on the accompanying log located in the Appendix. PO Box 181 Auburn WA.98M Page 5 of 21 Phone:(206)786-5645 Tax:(253)833-7316 Email:jason@jasonengineer.com Jason Geotechnical Engineering Date: 02 07-2008 ' Engineering& Retaining Structures RLojgCt Upper Mill Creek Consulting Project Management/Inspection Culvert,Kent#07-3031 of Business,Inc Pavement Design&Analysis File#:08008-001 Site Information Project Description The purpose of this section is to enumerate details of the proposed structure. The following information was provided by the project engineer. The structure will be a 3-sided aluminum box culvert placed across SE 264t Street in Kent WA. The intention is to close off the street and excavate the entire road to replace the existing culverts. Differential settlements are limited to 3/4 inch. A pavement section has not been requested but has been provided within this report. The site of the proposed construction upon which this soils exploration has been made is located at about 10500 SE 264th Street. The bottom of the creek bed is about 6 feet below road grade. The anticipated bottom of the new box culvert is expected to be about 8 feet below existing grade. The site topography is mainly flat. There is little slope running east to west on SE 264th Street There is an existing creek running north south through two existing pipe culverts.These culverts will be removed and replaced with a larger aluminum box culvert. The site drainage consists of surface runoff and natural into the silty sandy soils. The site vegetation is mostly grass along the creek sides. Prior grading has not occurred. Climate of Area: The climate of the site and surrounding area as taken from the USDA Soil Conservation Service Survey consists of annual precipitation of 35 to 60 inches, most of which is rainfall, between October and May. The mean annual temperature is about 50 degrees F. The frost free season is 150 to 200 days. Geology of Area: (AgB)Alderwood gravelly sandy loam The geology of the site and surrounding area as taken from the USDA Soil Conservation Service Survey consists of Alderwood gravelly sandy loam(AgB). Typical Alderwood soils are moderately well drained,undulating to hilly soils that have dense, very slowly permeable glacial till at a depth of 20 to 40 inches; on uplands and terraces formed under conifers in glacial deposits. This soil is nearly level and undulating,and moderately well drained. Wager moves across the substratum in winter. These soils have a slowly permeable glacial till or glacial lake deposits at a depth of 16 to 40 inches and somewhat excessively drained,rolling, deep sandy soils on uplands and terraces.Runoff is slow and the erosion hazard is slight The horizon 0 to 6 inches in depth is usually dark brown. The soil horizon from 6 to 12 inches is dark brown,grayish brown and dark yellowish brown. The horizon 12 to 40 inches is consolidated and mostly grayish brown mottled with yellowish brown. Some layers in this horizon slake in water. There is a consolidated substratum of till at a depth of 24 to 40 inches. Soils above the substratum are pervious when compacted. The surface layer is 2 to 3 inches thicker than the nearby soils to the south. Areas are irregular in shape and slopes range from 0 to 6 percent. Description of Foundation Materials: The soil profiles encountered were relatively consistent throughout the boring. It is to be noted that,whereas the test boring was placed and sampled by an experienced technician, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fills. It is recommended that the log not to be used for estimating quantities due to highly interpretive results. The surface of the proposed construction site is paved with asphalt. Silty loam layers were encountered beneath the existing grade and extended to depths beyond the scope of this investigation. Lines of demarcation represent the approximate boundary between the soil types,but the transition may be gradual. PO Box 181 Auburn WA.98071 Page 6 of 21 I Phone:(206)786-8645 Fax(253)833-7316 Email:jason®jasonengineer.com Jason Geotechnical Engineering Date: 02-07-2008 Engineering& Retaining Structures Project:Upper Mill Creek Consulting Project Management/Inspection Culvert,Kent#07-3031 Business,Inc. Pavement Design&Analysis File#:08008-001 Mottled soil indicates seasonal soil saturation(alternate oxidizing and reducing conditions). In other words,water flows through this layer periodically creating a saturated soil condition at times and at other times the soil may be dry. Existing subsurface soils are a coarse,brown silty sand from 1 to 14 feet. There were small pockets of gray-blue silt with sand in areas between 10 to 20 feet. Water was found at 12 feet below grade. Below 15 feet,the silty sand had more gravel than the upper layers.The lower layers also have more fines (minus #200)which indicates the lower layers can hold more water and the water moves through the soil slower at elevations lower than 15 feet. The bottom of the creek bed is about 6 feet below road grade. The anticipated bottom of new culvert is expected to be about 8 feet below existing grade. Geoseismic Setting: Foundation soils on this site are designated a Site Class C,from Table 1615.1.1 per the 2003 International Building Code (I.B.C.). All building structures on this project should be designed per the Code Requirements for such a seismic classification. These types of soils have a shear wave velocity in the range of 1,200 to 2,500 ft/sec. The undrained shear strength is typically greater than 2000 psf with blow counts greater than 50 blows per foot. The following may be used for the seismic coefficients. Design Response Sp-ft- MOO Period,T Sa Sds Sms 100.00 0 0.00 40.0 To 0.05 100.0 100 150 e0.oa Ts 0.26 100.0 100 150 60'0° 1 1.00 26.0 AQ O° 2 2.00 13.0 2aao • Sds and Sms values given at max acceleration H aDD • Sm1=39, Shc=26 O.Do 0.20 0.40 0.60 0.8D 1.OD 1.20 1.40 Period,T f EXPLANATION ';��`k S 240TH ST Regwressia-Wofc Site class F lavesugazwn 'y. , Site class E �,r }ar' Site class D to E Site class D Site class C to D S C W Ste class C E G 4 0 Site class B to C g 9 e 167 m H Site class B PO Box 181 Auburn WA.98071 Page 7 of 21 Phone:(206)786-8645 Fax(253)833-7316 Email:jason@jasonengineer.com Jason Geotechnical Engineering Date: 02-07-2008 J' %i Engineering& Retaining Structures Pro" .Upper Mill Creek Consulting Project Management/Inspection Culvert,Kent#07-3031 Business,Inc. Pavement Design&Analysis File#:08008-001 Liquefaction Potential: Liquefaction is when saturated,cohesionless soils are temporarily turned in to a liquid state usually from a seismic event. If ground motion lasts for extended amounts of time,the grain to grain contact shifts and the grain structure can collapse. If the water within the soil cannot flow easily between the grains and out of a collapsing area, the water pressure increases. When pore pressures build up within the soil and exceed the effective contact pressure of the soil,the water can push the soil particles apart. When the particles lose contact with each other,the soil mass can behave like a liquid. If pore pressures are great enough,water may discharge out of the ground like a geyser leaving characteristic signs, such as sand boils. Liquefaction is generally related to;soil characteristics,water table depths and the degree of seismic activity. The results are lower bearing capacities, increased settlement issues, landslides, and lateral spreading to name a few things. Liquefaction potential for this site is provided within the boundaries of the site. Seismic events which affect land masses on a greater scale are beyond the scope of this report. 1h our review we found no evidence of liquefaction of the soils in the immediate area from the 1949,1965 and 2001 earthquakes. The site is located within the category III region of the Auburn quadrangle liquefaction susceptibility map (GM-43) which has a LOW susceptibility rating for liquefaction. It includes all other Pleistocene glacial and non-glacial deposits and the Osceola Mudflow. Additional information on the site has been reviewed on Liquefaction Susceptibility Map provided by the Department of Natural Resources which rates the site as having a VERY LOW susceptibility to liquefaction_ _ EXPLANATION . ri.,;.e°i `-'4s. 4 •� 3''kk"T�;�'h'�S.:-t_�,r I Liquefaction susceptibility:HIGH Liquefaction susceptibility-MODERATE to HIGH Liquefaction aisec fbility:_MODERATE _= Liquefaction suscepttbility.LOtiV tu'1tODERATE Liquefaction suseepttbility:LOLL' Liquefaction susccptibilih:VERY LOW,to LOW �" Liquefaction susceptibility-VERY LOW The largest earthquakes in recent history in the Puget Sound Region are the 1949 surface wave (magnitude 7.1) in Olympia, the 1965 Seattle-Tacoma earthquake (magnitude 6.5) and the 2001 (magnitude 6.8). All of the historic liquefaction sites are located in the Duwamish valley in Holocene alluvium (Category I deposits). Liquefaction during the 1949 and 1965 earthquakes were mostly in the form of sand blows and surface cracking which was substantiated with many eyewitness observers living in the Pacific/Algona area. Broken water lines were reported in Auburn during the 1949 event suggests lateral spreading. Vertical ground water seepage around sewer manholes was also observed in Auburn,but no broken sewer lines were reported. From well records, Osceola deposits are 265 ft below sea level at a site 4 miles north of Auburn. The deposit is found at this depth because the Duwamish valley was an arm of the Puget Sound at that time. An important surface exposure of the Osceola Mudflow in a cut bank of the Puyallup River at Sumner suggests that the mudflow extended in the subsurface to Puyallup. PO Box 181 Auburn WA.98071 Page 8 of 21 Phone: (206)786-8645 Fax: (253)833-7316 Email:jason®jasonengineer.com Jason Geotechnical Engineering Date: 02-07-2008 Engineering& Retaining Structures Project:Upper Mill Creek Consulting Project Management/Inspection Culvert;Kent#07-3031 Business,Inc. Pavement Design&Analysis File#:08008-001 Foundation Discussion & Recommendations General Notes: Various foundation types have been considered for the support of the proposed box culvert Two requirements must be fulfilled in the design of foundations. First,the load must be less than the ultimate bearing capacity of the foundation soils to maintain stability;and secondly,the differential settlement must not exceed an amount that will produce adverse behavior of the superstructure. The allowable settlement is usually exceeded before bearing capacity considerations become important; thus, the allowable bearing pressure is normally controlled by settlement considerations. Considering the subsurface conditions and the proposed construction, it is recommended that the structure be founded upon conventional spread and continuous wall footing foundations. Settlements should not exceed tolerable limits if the following design and construction recommendations are observed. Bearing capacities were calculated based on SPT(N values)using the equations listed in Table 1 for a mat foundation;the factor Cn=0.77 for 2 feet overburden. The results of the equation are listed in Table 2. Table 1 q,aH.-(lbs/sq.ft)= 0.22*N*Cn (mat foundation) Table 2 SPT Value Be Capacity 5 1,694 10 3,388 15 5,082 20 6,776 Foundation Design Recommendations: On the basis of the data obtained from the site and the test results from the various laboratory tests performed,we recommend that the following guidelines be used for the net allowable soils bearing capacity. " All footings are to be excavated to native undisturbed soils. Footings are required to be a minimum of 18 inches below grade for freeze thaw purposes. After excavation, compact any loose surface soils with a jumping jack compactor. These soils shall be confirmed for bearing capacity and verified by the soils engineer after excavation. Confirm compaction of the native soils and that all soft spots have been removed and replaced with suitable fill material and compacted to least 95% of the maximum dry density as determined by ASTM D-1557. Place at least 1 foot of structural fill beneath the footings and compact to at least 95% of the maximum dry density as determined by ASTM D-1557.A minimum of a 50 PSI controlled density fill(CDF)is allowed as a substitute for the structural fill. The footings should be proportioned to meet the stated bearing capacity and/or the International Building Code 2003 minimum requirements. Total settlement should be limited to 1 inch total with differential settlement of 3/4 inch. Any excessively loose or soft spots or areas that do not meet the compaction requirements that are encountered in the footing subgrade will require over-excavation and backfiliing with at least 1 foot of structural PO Box 181 Auburn WA.98071 Page 9 of 21 Phone:(206)786-8645 Fax:(253)833-7316 Email:jason@jasonengineer.com Jason Geotechnical Engineering Date: 02-07-2008 Engineering& Retaining Structures Praj_ect:Upper Mill Creek Consulting Project Management/Inspection Culvert,Kent#07-3031 of Business,Inc. Pavement Design&Analysis File#:08008-001 fill(or 6" of 50 psi CDF). In order to minimize the effects of any slight differential movement that may occur due to variations in the characters of the supporting soils and any variations in seasonal moisture contents, it is recommended that all continuous footings be suitably reinforced to make them as rigid as possible. II I � I II II Structural Fill Compaction: 95%per ASTM D1557 Net Allowable Footing Bearing Capacity: 2,000 PSF 12.6 inches min structural fill.* Native Bearing(Approx): 1,000 PSF * 6 inches of 50 psi CDF may be used in place of the 12" structural fill. Structural Fill.- Structural fill should consist of a 3 inch minus select, clean, granular soil with no more than 5% fines (4200). Suitable structural fill should consist of material that meets one of the following specifications,WSDOT Section 9- 03.10 Aggregate for Gravel Base, WSDOT Section 9-03.14(1) Gravel Borrow, WSDOT Section 9-03.14(2) Select Borrow, WSDOT Section 9-03.9(3) Crushed Surfacing (Base Course Specs), WSDOT Section 9-03.9(3) Crushed Surfacing(Top Course Specs),APWA Class A Pit Run,or APWA class B Pit Run. Controlled Density Fill(CDF) is an acceptable alternative. Material that does not meet one of the specifications should be submitted with sieve analysis results for approval prior to placement. The fill should be placed in lifts not to exceed 12 inches in loose thickness. Each layer of structural fill should be compacted to a minimum density of 95% of the maximum dry density as determined by ASTM designation D-1557. For structural fill below footings, the area of the compacted backfill must extend outside the perimeter of the foundation for a distance at least equal to the thickness of the fill between the bottom of the foundation and the underlying soils. If it is elected to utilize a compacted backfill for the support of foundations, the subgrade preparation and the placing of the backfill should be monitored continuously by a qualified engineer or his representative so that the work is performed according to these recommendations. The use of on-site soils as structural fill is not recommended. These materials require very high moisture contents for compaction and require a long time to dry out if natural moisture contents are too high. This makes moisture content,lift thickness,and compactive effort difficult to control. Groundwater Control: Groundwater was encountered at a depth of 12 feet beneath the existing grade at the time the field exploration was conducted. Groundwater is expected to be present during the winter months and may cause difficulties during construction of this project It is recommended that runoff caused by wet weather be directed awa from all open PO Box 181 Auburn WA.98071 Page 10 of 21 Phone:(206)786-8645 Fax:(253)833-7316 Email:jason@jasonengineer.com Jason Geotechnical Engineering Date: 02-07-2008 .�� Engineering& Retaining Structures EKqject.Upper Mill Creek Consulting Project Management/Inspection Culvert,Kent#07-3031 Business,Inc. Pavement Design&Analysis Ffle#:08008-001 excavations. The on-site silty soils can be expected to become soft and pump if subjected to excessive traffic after becoming wet during periods of bad weather. This can be avoided by constructing temporary or permanent driveway sections should wet weather be forecast. Groundwater can be expected at shallower depths during the winter months than the summer. Lateral Earth Pressures: Lateral earth pressures are dependent upon the backfill materials and their configuration and moisture content. Three inch minus sand and gravel mixtures that are free draining are recommended for backfilling walls greater than four feet tall. Below grade retaining walls or walls designed for retaining earthen fills on this project may use the following values for design. Values were obtained by using unit weight of 120 pcf,and phi angle of 28 degrees. Retaining walls should contain at least 12 inches of free draining material behind the wall to alleviate any pressure buildup. Earth Pressure Coefficients Earth Pressure Active,Ka: 0.361 Active: 43 lbs./ft3 At Rest,K.: 0.531 At Rest 64 lbs./ft3 Passive,K.: 2.770 Passive: 332 lbs./ft3 Coefficient of Friction: 0.40 Slope Impact Analysis: We do not anticipate that the proposed box culvert structure and construction of the project will have any off-site impacts. On-site care should be taken during construction to make sure that runoff caused by wet weather is directed away from all open excavations. The site is stable enough to support the proposed box culvert construction within the recommendations made herein. There were no signs of previous slope instability or failures. PO Box 181 Auburn WA.98071 Page I I of 21 Phone:(206)786-8645 Fax:(253)833-7316 Email:jason@jasonengineer.com r Jason Geotechnical Engineering Date: 02-07-2008 Engineering& Retaining Structures Pr 'ect:Upper Mill Creek Consulting Project Management/Inspection Culvert,Kent#07-3031 of Business,Inc. Pavement Design&Analysis File#:08008-001 Construction Considerations Earthwork: Excessively organic top soils generally undergo high volume changes when subjected to loads. This is detrimental to the behavior of pavements, floor slabs, structural fills and foundations placed upon them. It is recommended that excessively organic top soils be removed from these areas or stockpiled for later use. Exact depths of stripping should be adjusted in the field to assure that the entire root zone is removed. It is recommended that the final exposed subgrade be inspected by a representative of the soils engineer. This inspection should verify that all organic material has been removed. Any soft spots or deflecting areas should be removed to sound bearing soil and replaced with structural fill. Once the existing soils are excavated to the design grade,proper control of the subgrade conditions (i.e.,moisture content) and the placement&compaction of new fill(if required) should be maintained by a representative of the soils engineer. The recommendations for structural fill presented within this report,can be utilized to minimize the volume changes and differential settlements that are detrimental to the behavior of footings. Enough density tests should be taken to monitor proper compaction. Excavation equipment may disturb the bearing soils and loose pockets can occur at bearing levels that were not disclosed by the test boring. For this reason,it is recommended that the bottoms of the excavations be compacted in-place by vibratory compactors. The upper 12 inches should be recompacted to achieve an in-place density of not less than 95% of the maximum dry density as determined by ASTM D-1557. Excavations. Shallow excavations required for construction of foundations that do not exceed four feet in depth may be constructed with side slopes approaching vertical. Below this depth it is recommended that slopes not exceed one vertical to one horizontal. For deep excavations,the soils present cannot be expected to remain in position. These materials can be expected to fail,and collapse into any excavation thereby undermining the upper soils materials. This is especially true when working at depths near the water table. Proper care must be taken to protect personnel and equipment. Care must be taken so that all excavations made for the foundations are properly backfilled with suitable material compacted according to the procedures outlined in this report. Before the backfill is placed, all water and loose debris should be removed from these excavations. This information is provided for planning purposes. It is our opinion that maintaining safe working conditions is the responsibility of the contractor. Jobsite conditions such as soil moisture content, weather condition, earth movements and equipment type and operation can all affect slope stability. All excavations should be sloped or braced as required by applicable local,state and federal requirements. PO Box 181 Auburn WA.98071 Page 12 of 21 Phone: (206)786-8645 Fax(253)833-7316 Email:jason@jasonengineer.com Jason Geotechnical Engineering Date: 02-07-2008 Engineering& Retaining Structures Upper Mill Creek Consulting Project Management/Inspection Culvert,Kent#07-3031 Business,Inc. Pavement Design&Analysis Filet W008-001 Pavement Design Recommendations On the basis of the results of laboratory tests and the assumed traffic counts of the proposed project,the pavement profile should consist of the following recommendations: Existing Subgrade 1) All subgrade preparation work to be performed should be monitored by a representative of our firm. 2) Over-excavate any areas that exhibit pumping of the subgrade soils at least 12 inches (or as directed by a representative from our firm). Replace with gravel base material. If subgrade is saturated or pumping excessively after over-excavating then it may be necessary to place quarry spalls on the subgrade prior to placement of any gravel base material- 3) On the basis of the existing soils type, the onsite conditions, and the anticipated traffic conditions we recommend that the existing subgrade being compacted to 95% of the maximum dry density as determined by ASTM D-1557(Modified Proctor). 4) Under certain site conditions the existing subgrade can be accepted by proof-rolling the subgrade using a fully loaded dump truck. This procedure(if used)should be witnessed and accepted by a representative of our firm. 5) A geotextile fabric(if used) should be placed upon the approved subgrade to maintain the structural integrity of the pavement profile. The fabric should be a type of fabric specifically made for use in road construction Gravel Section 1) The gravel base material should consist of 6.0 inches of material that is placed and compacted to 95% of the maximum dry density as determined by ASTM D-1557(Modified Proctor). 2) The gravel base material should consist of a clean free draining granular material that has less than 10% passing the#200 sieve. This material should meet one of the following specifications,WSDOT Section 9-03.10 Aggregate for Gravel Base,WSDOT Section 9-03.14(1)Gravel Borrow,WSDOT Section 9-03.14(2)Select Borrow, APWA Class A Pit Run,or APWA class B Pit Run. Material that does not meet one of the specifications should be submitted for approval. 3) The material should be placed in lifts not to exceed 6 inches,with each lift being compacted and verified. 4) The layer of crushed surfacing material should consist of 10.0 inches of WSDOT Section 9-03.9(3) Crushed Surfacing(Base Course Specs)that is placed and compacted to 95% of the maximum dry density as determined by ASTM D-1557(Modified Proctor). 5) All of the crushed surfacing material could at the contractor's option consist of WSDOT Section 9-03.9(3) Crushed Surfacing (Top Course Specs) that is placed and compacted to 95% of the maximum dry density as determined by ASTM D-1557(Modified Proctor). 6) The crushed surfacing material should be placed to provide the proper grade and drainage for the asphalt pavement. Asphalt Concrete Pavement 1) The asphalt pavement should consist of at least 4.0 inches of WSDOT Class B asphalt that is placed and compacted to at least 92% of the theoretical maximum density as determined by ASTM D-2041(Rice Method). 2) Provide a tack coat on all concrete surfaces that the pavement will be placed against,and for multiple lifts that are not placed within an hour time period. Asphalt Concrete Pavement 4.0 inches Crushed Surfacing Material 10.0 inches Gravel Base Material 6.0 inches PO Box 181 Auburn WA.98071 Page 13 of 21 Phone:(206)786-8645 Fax:(253)833-7316 Email:jason@jasonengineer.com Jason Geotechnical Engineering Date: 02-07-2008 Engineering& Retaining Structures EMect:Upper Mill Creek Consulting Project Management/Inspection Culvert,Kent#07-3031 of Business,Inc. Pavement Design&Analysis File#:08008-001 AASHTO Pavement Section Design Project Location Upper Mill Creek Culvert Average Daily Traffic Count: 5,000 All Lanes&Both Directions Pavement Design Life: 20 Years %of Traffic in Design Lane: 100% Terminal Seviceability Index(PJ: z,p Level of Reliability. g5 Expected Growth Rate: 2.0% Subgrade CBR Value: 20 Subgrade Mr: 30,000 Calculation of Design 181dp ESALs Daily Traffic Load Design Breakdown Factors ESAL's Passenger Cars:` 1,709 0.0008 12,127 Buses:` 25 0.6806 150,898 Panel&Pickup Trucks:` 375 0.0122 40,574 2 Axle,6 Tire Trucks:` 100 0.1890 167,615 Concrete Trucks:` 1 4A800 29,798 Dump Trucks: 20 3.6300 643,856 Tractor Semi Trailer Trucks:` 250 2.3719 5,258,822 Double Trailer Trucks` 10 2.3187 205,635 Heavy Tractor Trailer Combo Trucks:` 10 2.9760 263,928 Average Daily Traffic in Design Lane: 2500 Total Design Life 181dp ESAU&.- 6,773,253 Actual Log(ESAU's): 6.831 Trial Log(ESAV s): 6.84:1 Trial SN: 2.90w OK Design Depth Structural Drainage Inches Coefficient Coefficient Asphaltic Concrete: 4.00 0.42 n/a Asphalt Treated Base: 0.00 0.25 n/a Cement Treated Base: 0.00 0.17 n/a Crushed Aggregate Base: 10.00 0.14 1.0 Existing Aggregate Subgrade: 0.11 1.0 Pavement Section Design SN: 3.09 OK PO Box 181 Auburn WA.98071 Page 14 of 21 Phone: (206)786-8645 Fax(253)833-7316 Email:jason@jasonengineer.com Jason Geotechnical Engineering Date: 02-07-2008 Engineering& Retaining Structures Project.Upper Mill Creek Consulting Project Management/Inspection Culvert,Kent#07-3031 Business,Inc. Pavement Design&Analysis File#:08008-001 Conclusion When the plans and specifications are complete, or if significant changes are made in the character or location of the proposed structures,a consultation should be arranged to review them regarding the prevailing soil conditions. Then,it may be necessary to submit supplementary recommendations. The design values and recommendations made herein are valid only insomuch as they are followed during the construction phase. Additionally, monitoring and testing during the construction phase needs be performed to verify the subgrade conditions and that suitable materials are used and that they are properly placed and compacted. While the recommendations made herein are considered sufficient in detail for the construction of the proposed project, there are many alternative methods of construction which are available. We can discuss various other options for construction at your request. PO Box 181 Auburn WA.98071 Page 15 of 21 Phone: (206)786-8645 Fax:(253)833-7316 Email:jason@jasonengineer.com Jason Geotechnical Engineering Date: 02-07-2008s Engineering& Retaining Structures Project Upper Mill Creek Consulting Project Management/Inspection Culvert,Kent#07-3031 Business,Inc. Pavement Design&Analysis File#:08008-001 Appendix I: Test Boring Log Log#1 BoringID: B-1 Method of Sample: Auger Date of Excavation: 12 21-07 Surface Elevation(ftr 365 Project Name: Upper MM Czeek Total depth(ftr 20 File#: 08001-007 Technician: JECB ;De�pth((ft): Profile SPT(I) Moisture Percent passing Sampl Description meters) USCS (blows/ft) % 3/4" 44 #200 Type 1 0.30 Asphalt,crushed nxk 3 0.91 _ soft dnlhn&auger still dry 5 1.52 5,2,3(5) brown silty sand,moist coarse 7 '— 2.13— - �_- 10 3.05 3,12,18(30) 22-9 0— 98 15 -- silty sand,brown,some gray blue silty sand Il 3.35 soil getting moist _..._.�...s__._._�_.•__—. 12 1- 3.66 - 13 ! 3.96 15 ; 4.57 ,27,36(50) 13.9 93 73 26— -�--silty sand with gravel,brown -----_-- 16 ! 4.88 17 5.18 drilling gets difficult,gritty sounds,mike rock — 18 5.49 —_ — or graveL Bit griming down to 20 ft 20 ,—6.10 50 for 3" 21 6.40 - 23 7.01 24 ! 7.31 End Boring PO Box 181 Auburn WA.98071 Page 16 of 21 Phone:(206)786.8645 Fax(253)833-7316 Email:jason@jasonengineer.com 1 • 1 �, 1 1 11: ► 1• I • 1 1 • 1 IC • • ' t ' t t 1 1 1 tw � •• 1 ` • • 1• 1 ' 1• 1 1 i s 1 1' /• 1" • 1" •1 1 ' • t : 1 1 ':1 ' • 1 {� :♦ :�' � 1 n t 1 Jason Geotechnical Engineering Date: 02-07-2008 Engineering& Retaining Structures Project Upper Mill Creek Consulting Project Management/Inspection Culvert,Kent#07-3031 Of Business,Inc. Pavement Design&Analysis File#:08008-001 Appendix III: Figures, Bearing capacity calculations Vicinity Map tX s `'o v_ � ee are ai,: ____ �' :- ay, '•� ~ '- _ SCS Soil Survey Information 3 L� i M x�3t f PO Box 181 Auburn WA.98071 Page 18 of 21 Phone:(206)786-8645 Fax:(253)833-7316 Email:jason@jasonengineer.com 104th Ave SE r rl , W V O p p D � p ° D D pl p D D � �D ° I p D u ° D 90 ID D° c� D p ° ° cn Q pD D p � ° D I D p 8 � fpD ° D p p D D � p C>* m D � p p D D I p W p I V O O O NN O 00yi m F UPPER MILL CREEK ° .. CULVERT REPLACEMENT Geotechnical E%ineering Jason D^y ° m N 10500 SE 264TH Street Retaining Structures Engineering& KENT,WA Project Management/Inspection Consulting c Kent#07-3031 Pavement Design&Analysis Business,Inc p. Phone:253-856-5500 @ Parcel#: 1858600014,2922059094, PO Box 181 AuburnWA 98071•Phone(206)766-8645 Fax(253)533 7316 Jason Geotechnical Engineering Date: 02-07-2008 '`\�ii Engineering& Retaining Structures nMect:Upper Mill Creek Consulting Project Management/Inspection Culvert,Kent#07-3031 Business,Inc. Pavement Design&Analysis File#:08008-001 Bearing capacity,Native Given: Square foundation In-situ density,y,a= 120 pef Cohesion,C= 0 psf dry density,y = 57.6 pef Width,B= 2.00 ft footing Depth,Dr= L5 ft Length,L= 20.00 ft Depth Water table,Dw= 2 ft = 28 degrees Fzictor Safety= 2 = 0 degrees Sketch: Surface Grade Dw VvJ Values corrected for groundwater Dr L B Determine: Footing size,B Solution: quit= c Ne Fcs Fed Fei + q Nq Fqs Fqd Fqi + 0.5 y B Ny Fys Fyd Fyi (Meyerhot) Tcabie 3-4 Nc= 25.78 N = 14.70 N = 16.70 Vesic q i { ) 25.78 14.70 13.12 (Brinch Hansen) 25.78 14.70 11.18 (Meyerhof) Shape Factors 9eoth Facors Inclination Factors Fcs= 1.057 Fcd= 1.300 Fci=Fqi= 1.000 Fqs= 1.053 Fqd= 1.224 Fys= 0.960 Fyd= 1.000 Fyi= 1.000 Simple 1)%It= 0 + 947.001 + 961.9696 =u= 1,8W psf Most footings Complete 2)q'it= 0 + 1,638 + 923 =U= 2,562 1psf All footings Most footings All footings 1)ganow= 9w psf 2) qa = 1,281 psi Q,k= 36,179 lbs Q.2ow 51,238 lbs = M kips = 51 kips AVerap e= 1,09-1 N sf PO Box 181 Auburn WA.98071 Page 20 of 21 Phone:(206)786-8645 Fax:(253)833-7316 Email:jason@jasonengineer.com Jason Geotechnical Engineering Date: 02-07-2008 Engineering& Retaining Structures Protect Upper Mill Creek Consulting Project Management/Inspection Culvert,Kent#07-3031 of Business,Inc. Pavement Design&Analysis File#:08008-001 Appendix IV: Geotechnical General Notes Soil Property Symbols Drilling And Sampling Symbols N: Standard"N"penetration: Blows per foot of SS: Split-Spoon-13/8"I.D., 2"O.D., a 140 pound hammer falling 30 inches on a 2 inch except where noted. O.D.split-spoon. ST: Shelby Tube-3"O.D.,except where Q.: Unconfined compressive strength,tons/ftz noted. Qr: Penetrometer value,unconfined AU: Auger Sample. compressive strength,tons/ftz GB. Grab Sample. V: Vane value,ultimate shearing strength, DB: Diamond Bit tons/ft2 CB: Carbide Bit M: Water content,% WS: Washed Sample. LL: Liquid limit,% PI: Plasticity index, % DD: Natural dry density,lbs/ft3 WD: Natural wet density,lbs/ft3 WT: Apparent groundwater level at time noted after completion. Relative Density And Consistency Classification Terms(Non-Cohesive Soils) Standard Penetration Resistance Very Loose 0-2 Loose 2-4 Slightly Compact 4-8 Medium Dense 8-16 Dense 16-26 Very Dense Over 26 Terms(Cohesive Soils) Standard Penetration Resistance Q.-(tons/ft2) Very Soft 0-2 0-0.25 Soft 2-4 0.25-0.50 Firm(Medium) 4-8 0.50-1.00 Stiff 8-15 1.00-2.00 Very Stiff 15-30 2.00-4.00 Hard Over 30 4.00+ Particle Size Boulders 8 in.+ Coarse Sand 5 mm-0.6 mm Silts 0.074 min-0.005 min Cobbles 8 in.-3 in. Medium Sand 0.6 min-0.2 min Clays 0.005 min&Smaller Gravel 3 in.-5 min Fine Sand 0.2 min-0.074 mm PO Box 181 Auburn WA.98071 Page 21 of 21 Phone: (206)786-8645 Fax:(253)833-7316 Email:jason®jasonengineer.com PERMITS Corps of Engineers - NWP 14 WA State Dept. of Fish and Wildlife - HPA from recent project(SAMPLE) Upper Mill Creek Culvert Replacement/Fielding A-4 March 20,2008 Project Number: 07-3031 0 � JR IL tu DO TZ tj n w • n o n = - ( ! �, � o a 01 JF N (� ce F-- s � w � = o o� � z ww o w U I-- � �z_ d U Q W", LL. Y J Dom.. (.) O W m a� W L _ cr N — No w w n- uwcn 0 o — D > �r DQ CL ®❑o ®geo 1 �O YTS $ lit. E Y het g Is 1,.b g a! a viab 11M_ Fig Ma bg lit a€ 8L § c titb ci ib b �� ebg9 � ee tib;i I S s e b s of GAS � bye°� � g� all a �s NY �_ � a fe l� I af 3�8 Illy _ 1 : Y F a g gg k b 0 1 I b Hs fig Vw e R �9111�� g b 1 11 g . I fly go fall � � 91 liOf � �� i N ,6 4 4 .d n d ♦ 9 4 0 V 0 0 e 0 i DEPARTMENT OF THE ARMY SEATTLE DISTRICT,CORPS OF ENGINEERS P.O.BOX 3755 SEATTLE,WASHINGTONON 981243755 REPIY TO - ATTENTION OF Regulatory Branch Mr. Joseph Fielding City of Kent: Engineering Department 220 4`h Avenue South Kent, Washington 98032 Reference: NWS-2008-00028-NO Kent, City of Dear Mr. Fielding: We have reviewed your application to fill 0.0009 acres of wetland and place 75 cubic yards of stream gravel associated with culvert replacement and expansion in a tributary to Mill Creek at Kent. King County, Washington. Based on the information you provided to us, Nationwide Permit 14, Linear Transportation Projects (Federal Register,March 12, 2007 Vol. 72, No. 47), authorizes your proposal as depicted on the enclosed drawings dated December 14, 2001. Iit order for this NWP authorization to be valid, you must ensure that the work is perforrred in accordance with the enclosed Nationwide Permit 14, Terms and Conditions. The authorized work complies with the Washington State Department of f�colugy's (Ecology)Water Quality Certification and the Coastal Gone Management Act requirements for this NWP. No further coordination with Ecology is required for these requirements. We have reviewed your project pursuant to the requirements of the Endangered Species Act (ESA) and the Magnuson-Stevens Fishery Conservation and Management Act in regards to Essential Fish Habitat (EFH). We have determined that this project complies with the requirements of NWP National General Condition regarding ESA and will not adversely affect EFH. Our verification of this NWP autho,iznti,3n is valid for 2 years from the date of th i letter unless the NWP is modified, reissued, or revoked prior to that date. If the authorized work has not been completed by that date,please contact us to discuss the status of your authorization. Failure to comply with all terms and conditions of this NWP verification invalidates this authorization and could result in a violation of Section 404 of the Clean Water Act and/or Section 10 of the 1899 Rivers and Harbors Act. Also,you must obtain all State and local permits that apply to this project. Upon completing the authorized work, you must fill out and return the enclosed Certificate of Compliance with Department of the Army Permit form. Thank you for your cooperation during the permit process. We are interested in your experience with our Regulatory Program and encourage you to complete a customer service survey form. This form and information about our program is available on our website. -2- If you have any questions about this letter,please contact me at(206) 766-6438 or via err at Amy.S.Klein@a,usace.army.mil. Sincerely, 61W Amy Klein,Project Manager Regulatory Branch Enclosures 1 I I I � A 1 d• � I (.l x W `N i W W 1— I �w �C 1 �� ��• ���N La n s 6R Say .� ma I � ail "� g do Noy! IJ I OOm V15 IY lit �, o II I II / /'• I B.V c vcr at— a z 0 �-�`V�1;. d IX lu upmua+mc _ I _ 1 ;�,J. — „ + K I � Vwl� 1�11 i'• •�••••'•�. r v Do Rk, 1 1 . r: 0 ge �'b 15 I I ��m to: �� R k u 3 m f g 1 i It Id !3 i "a9. i Sal if a z Or 1i i n j q ~go l i i a I K a j i i n I I �� <�� 'aM• ' < li i ii I I i=tee II 1 n J < I I 1 tl I g 11 n I G IK II 1 tl J I # 3 le mv La IX Id ++ OD.61tY'YlS Win at in UJI .v I .--1 . . ., --- > oozo+, VIS n _ o I^ I C 4 1 �' tN n • o n i � ~pp5� u Zw i riB � -------t I >4 u 1i ��wCaii N it pit, �i i ti I 1 WR6� x � n lip ��� Eli ilus L � a �s fill 4 E c, m 01818 00 8 0 0 0 0000000 0 0 0 n . 1 6� 1- 5$ 15 YSg b mt Y z __ �S Y,Q W W F �g�g55 KVN W li 06> a w ;f • I .`' m ggf oa ;sRim L tti �yyj c C G `� 3aal ~ o N Ld o N 30 d d dd if z i W 1W0 b b m N �iiS I N u c M M M M p � a ho � � g = a oe •�'\ � � u O To 0 ily_ � V3 e tlloa I1 '�d.Lai L4 I 7# ICI w !;I " '� =� �� i. -•� I I I r �� I •�j e t o M M M M 19 ! � . ■ . . -� � . ■ %■ : \ |� 7 ■ KNIMO BLa �§k • �0 @` ! LJ c` , / | ._§ !§ )| |§ | § §# ; Ile | §` • �2 � Zi - ¥ �■§ k 2� & | 27 B = a ■ k ; z - � -- � / § §� _ . Od �• | 7 � § 0 = - (2) , a § g � § ] , I � ■ � §a N k § uo =/ � ) ■ §| � >Lj\ .72 ®| ■a f& 2 (D E ) )] � ||. t| | � §| . | || | | � � ■ � b Ili a�� 3 w �� n '�0J A tS " �p� �� 1n � rcW � o � =pgW� �� L'1 uag � Tsy3ZI- x F o 1 to --;I its pt g t QQ (rra[ �gS < a HIM, K 0 W O ?�t'! ? OuT W'3 aYL� N �Sb $�d<mi P. � C N F MM aS m p ue� u �� as ¢ 2a < elf a W U r2�p m�� � acZ Q W � gig Ell; IF °�n�� �=m y13� I.< �.�0 �q�l�.Ioz pry 3< I N H 11 R Z xv W W d d w d a d '1 n 70 F i sff $ Me J 2 p a S 111 � �� Q gggg �w ae as ma > g� W g 2p0 C� a Z W 2_ �� c .��� O ¢`< _zpQg C Ako-u NO H Y � Z s W �°4 Ld 1 Y a! �� CL. rb IJ• 4 f• -� W7j �> N p <y f� "ypI W~�I,ypy•��pppp, 1 O if•� NS p m� NI •' ` N504rp- O d u3 m o. c M x3 Z x. 1211 ffi All A Pig riv N a < � i� s �-LI" r aa� o ICI Ell 12 "1 i t Z m iRX �yy� Rs e3a tip s P d 1 d + Maw NATIONWIDE PERMIT 14 �. Army Corps of Terms and Conditions of Engineers c� , Seattle Distract '^ Effective Date: September 10,2007 A. Description of Authorized Activities B. Corps National General Conditions for all NWPs C. Corps Seattle District Regional General Conditions � g D. Corps Regional Specific Conditions for this NWP E. State 401 Certification General Conditions F. State 401 Certification Specific Conditions for this NWP G. EPA 401 Certification General Conditions H. EPA 401 Certification Specific Conditions for this NWP I. Spokane Tribe of Indians 401 Certification General Conditions J. Tribal 401 Certification Specific Conditions for this NWP K. CZM Consistency Response Specific Conditions for this NWP L. Additional Limitations on the Use of NWPs In addition to any special condition that may be required on a case-by-case basis by the District Engineer, the following terms and conditions must be met, as applicable, for a Nationwide Permit 14 authorization to be valid in Washington State. A. DESCRIPTION OF AUTHORIZED ACTIVITIES 14. Linear Transportation Projects. Activities required for the construction, expansion,modification,or improvement of linear transportation projects(e.g.,roads,highways,railways,trails,airport runways,and taxiways) in waters of the United States. For linear transportation projects in non-tidal waters,the discharge cannot cause the loss of greater than 1/2-acre of waters of the United States.For linear transportation projects in tidal waters,the discharge cannot cause the loss of greater than 1/3-acre of waters of the United States.Any stream channel modification, including bank stabilization, is limited to the minimum necessary to construct or protect the linear transportation project;such modifications must be in the immediate vicinity of the project. This NWP also authorizes temporary structures,fills,and work necessary to construct the linear transportation project.Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable,when temporary structures,work, and discharges, including cofferdams, are necessary for construction activities, access fills,or dewatering of construction sites.Temporary fills must consist of materials, and be placed in a manner,that will not be eroded by expected high flows. Temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations.The areas affected by temporary fills must be revegetated,as appropriate. This NWP cannot be used to authorize non-linear features commonly associated with transportation projects, such as vehicle maintenance or storage buildings,parking lots,train stations,or aircraft hangars. Notification:The permittee must submit a pre construction notification to the district engineer prior to commencing the activity if: (1)the loss of waters of the United States exceeds 1/10 acre;or(2)there is a discharge 1 in a special aquatic site, including wetlands.(See general condition 27.)(Sections 10 and 404) Note: Some discharges for the construction of farm roads or forest roads,or temporary roads for moving mining equipment,may qualify for an exemption under Section 404(f)of the Clean Water Act(see 33 CFR 323.4). B. CORPS NATIONAL GENERAL CONDITIONS FOR ALL NWPs 1.Navigation.(a)No activity may cause more than a minimal adverse effect on navigation.(b)Any safety lights and signals prescribed by the U.S.Coast Guard,through regulations or otherwise,must be installed and maintained at the permittee's expense on authorized facilities in navigable waters of the United States. (c)The permittee understands and agrees that, if future operations by the United States require the removal,relocation,or other alteration,of the structure or work herein authorized,or if, in the opinion of the Secretary of the Army or his authorized representative,said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters,the permittee will be required,upon due notice from the Corps of Engineers,to remove,relocate, or alter the structural work or obstructions caused thereby,without expense to the United States.No claim shall be made against the United States on account of any such removal or alteration. 2.Aquatic Life Movements.No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area, unless the activity's primary purpose is to impound water.Culverts placed in streams must be installed to maintain low flow conditions. 3. Spawning Areas. Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable.Activities that result in the physical destruction (e.g.,through excavation, fill,or downstream smothering by substantial turbidity)of an important spawning area are not authorized. 4. Migratory Bird Breeding Areas.Activities in waters of the United States that serve as breeding areas for migratory birds must be avoided to the maximum extent practicable. 5. Shellfish Beds. No activity may occur in areas of concentrated shellfish populations,unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48. 6. Suitable Material.No activity may use unsuitable material(e.g.,trash,debris,car bodies,asphalt,etc.). Material used for construction or discharged must be free from toxic pollutants in toxic amounts(see Section 307 of the Clean Water Act). 7. Water Supply Intakes.No activity may occur in the proximity of a public water supply intake, except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. 8. Adverse Effects From Impoundments. If the activity creates an impoundment of water,adverse effects to the aquatic system due to accelerating the passage of water, and/or restricting its flow must be minimized to the maximum extent practicable. 9. Management of Water Flows.To the maximum extent practicable,the pre-construction course,condition, capacity,and location of open waters must be maintained for each activity,including stream channelization and storm water management activities,except as provided below.The activity must be constructed to withstand expected high flows.The activity must not restrict or impede the passage of normal or high flows,unless the 2 primary purpose of the activity is to impound water or manage high flows.The activity may alter the pre- construction course,condition, capacity,and location of open waters if it benefits the aquatic environment(e.g., stream restoration or relocation activities). 10. Fills Within 100-Year Floodplains. The activity must comply with applicable FEMA-approved state or local floodplain management requirements. 11. EEguipment.Heavy equipment working in wetlands or mudflats must be placed on mats,or other measures must be taken to minimize soil disturbance. 12. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction,and all exposed soil and other fills,as well as any work below the ordinary high water mark or high tide line,must be permanently stabilized at the earliest practicable date.Permittees are encouraged to perform work within waters of the United States during periods of low-flow or no-flow. 13. Removal of Temporary Fills.Temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations.The affected areas must be revegetated, as appropriate. 14. Proper Maintenance. Any authorized structure or fill shall be properly maintained, including maintenance to ensure public safety. 15. Wild and Scenic Rivers.No activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a"study river"for possible inclusion in the system while the river is in an official study status,unless the appropriate Federal agency with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency in the area(e.g.,National Park Service,U.S. Forest Service, Bureau of Land Management,U.S. Fish and Wildlife Service). 16.Tribal Rights.No activity or its operation may impair reserved tribal rights, including,but not limited to, reserved water rights and treaty fishing and hunting rights. 17. Endangered Species. (a)No activity is authorized under any NWP which is likely to jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation,as identified under the Federal Endangered Species Act(ESA), or which will destroy or adversely modify the critical habitat of .h o Al.. ..t:.,a.. ..rhn o.l. n`ln ,AT\ll/D..,hinh"..+ nffunt'0 0 l:_-t nnloc. Section 7 consultation addressing the effects of the proposed activity has been completed. (b)Federal agencies should follow their own procedures for complying with the requirements of the ESA. Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. (c)Non-federal permittees shall notify the district engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the project,or if the project is located in designated critical habitat, and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that might affect Federally-listed endangered or threatened species or designated critical habitat,the pre-construction notification must include the name(s)of the endangered or threatened species that may be affected by the proposed work or that utilize the designated critical habitat that may be affected by the proposed work. The district engineer will determine whether the proposed activity"may affect"or will have"no effect"to listed species and designated critical habitat and will notify the non- Federal applicant of the Corps' determination within 45 days of receipt of a complete pre-construction notification. In cases where the non-Federal applicant has identified listed species or critical habitat that might be affected or is in the vicinity of the project,and has so notified the Corps,the applicant shall not begin work until the Corps has provided notification the proposed activities will have"no effect"on listed species or critical habitat,or until Section 7 consultation has been completed.(d)As a result of formal or informal consultation with the FWS or NMFS the district engineer may add species-specific regional endangered species conditions to the NWPs.(e) Authorization of an activity by a NWP does not authorize the"take"of a threatened or endangered species as defined under the ESA. In the absence of separate authorization(e.g.,an ESA Section 10 Permit, a Biological 3 Opinion with"incidental take"provisions,etc.)from the U.S.FWS or the NMFS,both lethal and non-lethal"takes" of protected species are in violation of the ESA. Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the U.S. FWS and NMFS or their world wide Web pages at hyp-//www.fi,s.gov/and htW://rvwK,noaa.gov/lisheries.htn:/respectively. 18. Historic Properties. (a)In cases where the district engineer determines that the activity may affect properties listed, or eligible for listing, in the National Register of Historic Places,the activity is not authorized,until the requirements of Section 106 of the National Historic Preservation Act(NHPA)have been satisfied.(b)Federal permittees should follow their own procedures for complying with the requirements of Section 106 of the National Historic Preservation Act.Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements.(c)Non-federal permittees must submit a pre-construction notification to the district engineer if the authorized activity may have the potential to cause effects to any historic properties listed,determined to be eligible for listing on,or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties. For such activities,the pre-construction notification must state which historic properties may be affected by the proposed work or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties.Assistance regarding information on the location of or potential for the presence of historic resources can be sought from the State Historic Preservation Officer or Tribal Historic Preservation Officer,as appropriate,and the National Register of Historic Places(see 33 CFR 330.4(g)).The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts,which may include background research,consultation,oral history interviews, sample field investigation,and field survey. Based on the information submitted and these efforts,the district engineer shall determine whether the proposed activity has the potential to cause an effect on the historic properties. Where the non-Federal applicant has identified historic properties which the activity may have the potential to cause effects and so notified the Corps,the non-Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects or that consultation under Section 106 of the NHPA has been completed.(d) The district engineer will notify the prospective permittee within 45 days of receipt of a complete pre-construction notification whether NHPA Section 106 consultation is required. Section 106 consultation is not required when the Corps determines that the activity does not have the potential to cause effects on historic properties(see 36 CFR§800.3(a)). If NHPA section 106 consultation is required and will occur,the district engineer will notify the non-Federal applicant that he or she cannot begin work until Section 106 consultation is completed.(e) Prospective permittees should be aware that section 1 l0k of the NHPA(16 U.S.C. 1 470h-2(k))prevents the Corps from granting a permit or other assistance to an applicant who,with intent to avoid the requirements of Section 106 of the NHPA,has intentionally significantly adversely affected a historic property to which the permit would relate,or having legal power to prevent it,allowed such significant adverse effect to occur, unless the Corps,after consultation with the Advisory Council on Historic Preservation(ACHP),determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. •c :C. _ : aL.., ......:..a......., rL.�v........ : .-.-d to n..t:431 wl.e ACHP and nmvide d4ccu -n"fin" Il 1.Il L.UIIIJL411L.L.J JUJU 1�' SIWLLu1�u1�.uJJIJLLuwv, " ...r.. w�.^.y:a... ..� ••) ",........_ - specifying the circumstances,explaining the degree of damage to the integrity of any historic properties affected, and proposed mitigation. This documentation must include any views obtained from the applicant,SHPO/THPO, appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes,and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. 19. Designated Critical Resource Waters.Critical resource waters include,NOAA-designated marine sanctuaries,National Estuarine Research Reserves,state natural heritage sites,and outstanding national resource waters or other waters officially designated by a state as having particular environmental or ecological significance and identified by the district engineer after notice and opportunity for public comment. The district engineer may also designate additional critical resource waters after notice and opportunity for comment.(a)Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 129 14, 16, 17,21,29, 31,35, 39,40,42,43,44,49,and 50 for any activity within,or directly affecting, critical resource waters, including wetlands adjacent to such waters.(b)For NWPs 3, 8, 10, 13, 15, 18, 19,22,23,25,279 28,30,33,34,36,37,and 38,notification is required in accordance with general condition 27, for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters.The district engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than minimal. 4 20. Mitigation. The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that adverse effects on the aquatic environment are minimal: (a)The activity must be designed and constructed to avoid and minimize adverse effects,both temporary and permanent,to waters of the United States to the maximum extent practicable at the project site(i.e.,on site).(b)Mitigation in all its forms(avoiding,minimizing,rectifying,reducing,or compensating)will be required to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal. (c)Compensatory mitigation at a minimum one-for-one ratio will be required for all wetland losses that exceed 1/10 acre and require pre-construction notification,unless the district engineer determines in writing that some other form of mitigation would be more environmentally appropriate and provides a project-specific waiver of this requirement. For wetland losses of 1/10 acre or less that require pre-construction notification,the district engineer may determine on a case-by-case basis that compensatory mitigation is required to ensure that the activity results in minimal adverse effects on the aquatic environment. Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, wetland restoration should be the first compensatory mitigation option considered.(d)For losses of streams or other open waters that require pre-construction notification,the district engineer may require compensatory mitigation, such as stream restoration,to ensure that the activity results in minimal adverse effects on the aquatic environment. (e)Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of 1/2 acre, it cannot be used to authorize any project resulting in the loss of greater than 1/2 acre of waters of the United States,even if compensatory mitigation is provided that replaces or restores some of the lost waters. However,compensatory mitigation can and should be used,as necessary,to ensure that a project already meeting the established acreage limits also satisfies the minimal impact requirement associated with the NWPs. (f)Compensatory mitigation plans for projects in or near streams or other open waters will normally include a requirement for the establishment, maintenance,and legal protection(e.g., conservation easements)of riparian areas next to open waters. In some cases,riparian areas may be the only compensatory mitigation required. Riparian areas should consist of native species. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns.Normally,the riparian area will be 25 to 50 feet wide on each side of the stream,but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns. Where both wetlands and open waters exist on the project site, the district engineer will determine the appropriate compensatory mitigation(e.g.,riparian areas and/or wetlands compensation)based on what is best for the aquatic environment on a watershed basis.In cases where riparian areas are determined to be the most appropriate form of compensatory mitigation,the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses.(g)Permittees may propose the use of mitigation banks, in-lieu fee arrangements or separate activity-specific compensatory mitigation. In all cases,the mitigation provisions will specify the party responsible for accomplishing and/or complying with the mitigation plan.(h)Where certain functions and services of waters of the United States are permanently adversely affected, such as the conversion of a forested or scrub-shrub wetland to a herbaceous wetland in a permanently maintained utility line right-of-way,mitigation may be required to reduce the adverse effects of the project to the inimmai 1avel. 21. Water Quality. Where States and authorized Tribes,or EPA where applicable,have not previously certified compliance of an NWP with CWA Section 401, individual 401 Water Quality Certification must be obtained or waived(see 33 CFR 330.4(c)).The district engineer or State or Tribe may require additional water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 22.Coastal Zone Management. In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence, an individual state coastal zone management consistency concurrence must be obtained,or a presumption of concurrence must occur(see 33 CFR 330.4(d)).The district engineer or a State may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. 23. Regional and Case-By-Case Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer(see 33 CFR 330.4(e))and with any case specific conditions added by the Corps or by the state,Indian Tribe,or U.S. EPA in its section 401 Water Quality Certification,or by the state in its Coastal Zone Management Act consistency determination. 5 24. Use of Multiple Nationwide Permits.The use of more than one NWP for a single and complete project is prohibited,except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit. For example, if a road crossing over tidal waters is constructed under NWP 14,with associated bank stabilization authorized by NWP 13,the maximum acreage loss of waters of the United States for the total project cannot exceed 1/3-acre. 25. Transfer of Nationwide Permit Verifications. If the permittee sells the property associated with a nationwide permit verification,the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer. A copy of the nationwide permit verification 1 must be attached to the letter,and the letter must contain the following statement and signature: "When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred,the terms and conditions of this nationwide permit, including any special conditions,will continue to be binding on the new owner(s)of the property.To validate the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions,have the transferee sign and date below." (Transferee) (Date) 26. Compliance Certification. Each permittee who received an NWP verification from the Corps must submit a signed certification regarding the completed work and any required mitigation.The certification form must be forwarded by the Corps with the NWP verification letter and will include:(a)A statement that the authorized work was done in accordance with the NWP authorization, including any general or specific conditions;(b)A statement that any required mitigation was completed in accordance with the permit conditions;and(c)The signature of the permittee certifying the completion of the work and mitigation. 27. Pre-Construction Notification.(a)Timins. Where required by the terms of the NWP,the prospective permittee must notify the district engineer by submitting a pre-construction notification(PCN)as early as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and,as a general rule,will request additional information necessary to make the PCN complete only once.However, if the prospective permittee does not provide all of the requested information,then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity: (1)Until notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer;or(1)It 4-*1 calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general condition 17 that listed species or critical habitat might affected or in the vicinity of the project,or to notify the Corps pursuant to general condition 18 that the activity may have the potential to cause effects to historic properties, the penmittee cannot begin the activity until receiving written notification from the Corps that is"no effect"on listed species or"no potential to cause effects"on historic properties,or that any consultation required under Section 7 of the Endangered Species Act(see 33 CFR 330.4(f))and/or Section 106 of the National Historic Preservation(see 33 CFR 330.4(g)) is completed. Also, work cannot begin under NWPs 21,49,or 50 until the permittee has received written approval from the Corps. If the proposed activity requires a written waiver to exceed specified limits of an NWP,the permittee cannot begin the activity until the district engineer issues the waiver. If the district or division engineer notifies the permittee in writing that an individual permit is required within 45 calendar days of receipt of a complete PCN,the permittee cannot begin the activity until an individual permit has been obtained. Subsequently, the permittee's right to proceed under the NWP may be modified, suspended,or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b)Contents of Pre-Construction Notification: The PCN must be in writing and include the following information: (1)Name,address and telephone numbers of the prospective permittee;(2)Location of the proposed project;(3)A description of the proposed project;the project's purpose;direct and indirect adverse environmental effects the project would cause;any other NWP(s),regional general permit(s),or individual permit(s)used or intended to be used to authorize any part of the proposed project or any related activity.The description should be 6 will be minimal the rovided when necessary to show that engineer to determine t es hould be adverse effects of the project rovided result in a en eery mitigation.Sketch the project and when p sufficiently detailed to allow the districtSketches usually clarify required by to determine the need for cOmterms of the NWP ( of special aquatic sites and etcurrent method United and lies with the the activity comp must include a delineation � 4 The PCN m re aced in accordance want large or contains quicker decision.);( ) Wetland delineations must ate the special aquatic sites and other waters of the Unite q site. s to dellne ecially if the project site as ion States on the project ask the Core the Corps-The permittee may if the Corps does the delineation,esp a be a delay e the 45 day p will result in the loss of period will not start until the delineation has e but there may (5)If the proposed activity , States, ro riate; eTmittee must submit a statement submit many waters of the United States. CorpseW ere apP p the prospective p prospective peTm�ttee may leted by is required, ht be affected or is submitted to or comp applicants the species or designated critical habitat mig greater than 1(l0 acrelss wetlands son and a PCN habitat,for non-Federal appli osed ' requirement will be satisfied. As an alternative, e how the m g iti ation plan (6)If any listed sp he proposed describing designate critical ht be affected by a conceptual or detailed mitigation ro ect is located in desig ecies that mig licants must of the project,or if the p Bred or threatened sp ie proposed work.Federal app that may in the vicinity e s of those ending Ly be affected by P ecies Act;and(7)For an a listing the PCN must include the nested critical habita;iance w th that M' he Endangered Sp be work or utilize the des comp or potentially eligible for Totem'may ro 'rty listed on,determined to bet applicants thelPCN must state which historic Property .Federal Provide documentation demonstrating the location of the historic Prop affect a historic p P for non-Federal appindicating National Register of Historic Pioa�places, a vicinity map affected by the proposed work strating compliance with Section 106 of the National H►sENG 4345) applicants must provide documentation demon permit application form( Orin reservation Act. ctionNotification:The standard individual p let ter containing the required P tru clearly indicate that it is a PCN and must include allot e (c)Fmrm o f jre-Com completed application form must but the comp } through(7)of this general condition. agencies may be used, ara raphs(b)( ) sal and state require in p g comments Proms and the need for information also be used. engineer will consider any 4S activities information may } The district and conditions of the 2� r all NWP (d)A enc Coordination:( )s compliance with the terms the proposed activity oaring pTe-construction notification t concerning ct's adverse environmental efaotivt es requiring aural level (d States,the district engineerof co a copy Mitigation to reduce the prole edit. s manner) EPA, requiring pre-construction notification and for other ht mail,or other exP quality agency, t result in the loss of greater than 1/2-acre of waters of the nti e via facsimile transmission,overn►g engineer tha state natural resource or water q ro riate,the district eng provide(e.g., WS, and,if appropriate will immediately p s from the date the material is Federal or state offices(U.S.( site-specific the PCN to the appropriatetion Officer(SNPO)or Tribal Historic then havetl0 calendar day Wp 37,these agen intend to provide substantive,srt s before making State Historic preservation of N ineer notice that they *�re--;,,-- NMFS).With the exceptionI. hone or fax the dastric the district engineer wall want an additiona1�15 calendar V days to telephone "- al F.:11; cc.:%�e• "� t as rovided below.The transmitted agency, Tw a= -i:: ;g::.•�. P contacted by an ag `�- `: _ notification that the response to the resource agency,exce comments.If so ct1°n rehabilitation iii�uvu Tw�i���u„v,,. each re-constru rovide no resp a"°`"`�"v1S ���� watershed protection and rehab within the specified time frame,but wall p the emergency significant loss of district engineer will indicate in the administrative NWP record with le hazard to life or a sigr<►, d to decide resource agencies' concerns were conca cases engineer wall consider any comments receive rocedures at roceed immediately an cases where there is an unaccepta ineer wall activity may P will occur.The district eng ended,or revoked in accordance with engP or economic hardship agency, property ermittee is not a Federal ag Y on of where the prospective Pof receipt of any Essential Fish HabatCaon ervation and whether the NWP 37 authorization should prospective modified,,sus Fishery 33 CFR 330.5.(3)In case a nuson-Stevens onse to NMFS within 30 calendar days of the M g copies of pre-construction engineer provide a resp required by Section 305(b)( o vide the Corps multiple cop orting,the distract as req raged to p require rep recommendations, 4 Applicants are encourag 5 For NWP 48 activities that re o appropriate regional office of the will . Management Act.( ) PP t to the app p. the district engineer wall expedite agency coordination.( ) s of receipt notifications to exp of each report within 10 calend�he days for the proposed activity,> will provide a copy requires a PCN and p 's Decision:[n reviewing P will result in more than oino ed a dv'�ua q r coma otnv (e)District En ineer the NW whether the activity authorized by to the public interest.if the proposed acts. determine be contrary the prospective pew}ttee she ocas With�sma mailer imp mitigation for p j ro os' greater than l/10 acre of o wetlands, ►prOJ has included in the PIO are adverse environmental effects or may also p P mitigation the applicant will result in a loss C- g licants may ensatory rnitig proposal w►th the PCN•Applicants ro osed comp uatic environment of the Proposed The district engineer wall consider any proposed in whether the net adverse environmental effects to the aq in determin g 7 minimal.The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the aquatic environment are minimal,after considering mitigation,the district engineer will notify the permittee and include any conditions the district engineer deems necessary.The district engineer must approve any compensatory mitigation proposal before the permittee commences work. If the prospective permittee elects to submit a compensatory mitigation plan with the PCN,the district engineer will expeditiously review the proposed compensatory mitigation plan.The district engineer must review the plan within 45 calendar days of receiving a complete PCN and determine whether the proposed mitigation would ensure no more than minimal adverse effects on the aquatic environment. If the net adverse effects of the project on the aquatic environment(after consideration 1 of the compensatory mitigation proposal)are determined by the district engineer to be minimal,the district engineer will provide a timely written response to the applicant.The response will state that the project can proceed under the terms and conditions of the NWP. If the district engineer determines that the adverse effects of the proposed work are more than minimal,then the district engineer will notify the applicant either:(1)That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit;(2)that the project is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level;or(3)that the project is authorized under the NWP with specific modifications or conditions. Where the district engineer determines that mitigation is required to ensure no more than minimal adverse effects occur to the aquatic environment,the activity will be authorized within the 45-day PCN period.The authorization will include the necessary conceptual or specific mitigation or a requirement that the applicant submit a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level. When mitigation is required,no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan. 28. Single and Complete Project.The activity must be a single and complete project.The same NWP cannot be used more than once for the same single and complete project. C. Corps Seattle District Regional General Conditions 1. Aquatic Resources Requiring Special Protection. The following restrictions apply to activities in Washington State requiring Department of the Army authorization: (a) Activities resulting in a loss of waters of the United States in a mature forested wetland,bog,bog-like wetland,aspen-dominated wetland,or alkali wetland are not authorized by NWP,except the following NWPs: NWP 3 — Maintenance NWP 20 — Oil Spill Cleanup NWP 32 — Completed Enforcement Actions NWP 38 — Cleanup of Hazardous and Toxic Waste NWP 47 — Pipeline Safety Program Designated Time Sensitive Inspections and Repairs (b) For activities in or affecting a mature forested wetland,bog,bog-like wetland,wetland in a dunal system along the Washington coast,vernal pool,aspen-dominated wetland,alkali wetland,camas prairie wetland,or marine water with eelgrass beds(except for NWP 48)and not prohibited by the preceding general regional condition 1.a., the permittee must submit a pre-construction notification to the District Engineer in accordance with Nationwide Permit General Condition 27(Pre-Construction Notification). 2, Access.You must allow representatives of this office to inspect the authorized activity at any time deemed necessary to ensure that the work is being,or has been,accomplished in accordance with the terms and conditions of your permit. 3. Commencement Bay. Activities requiring Department of the Army authorization and located in the Commencement Bay Study Area are not authorized by the following NWPs: NWP 12 — Utility Line Activities(substations) NWP 13 — Bank Stabilization 8 NWP 14 — Linear Transportation Projects NWP 23 — Approved Categorical Exclusions NWP 29 — Residential Developments NWP 39 — Commercial and Institutional Developments NWP 40 — Agricultural Activities NWP 41 — Reshaping Existing Drainage Ditches NWP 42 — Recreational Facilities NWP 43 — Stormwater Management Facilities 4. Bank Stabilization. All bank stabilization projects require pre-construction notification to the District Engineer in accordance with Nationwide Permit General Condition 27(Pre-Construction Notification). Each notification must include a planting plan using native riparian plant species unless the applicant demonstrates that a planting plan is not appropriate or not practicable. Each notification must also include the following information,except as waived by the District Engineer: (a) Need for the work, including the cause of the erosion and the threat posed to structures, infrastructure, and/or public safety. (b) Current and expected post-project sediment movement and deposition patterns in and near the project area. (c) Current and expected post-project habitat conditions, including the presence of fish,wildlife and plant species in the project area. (d) Demonstration that the proposed project incorporates the least environmentally damaging practicable bank protection methods. These methods include,but are not limited to,the use of bioengineering,biotechnical design, root wads, large woody debris,native plantings,and beach nourishment in certain circumstances. If rock must be used due to site erosion conditions,explain how the bank stabilization structure incorporates elements beneficial to fish. (e) Assessment of the likely impact of the proposed work on upstream, downstream and cross-stream properties(at a minimum the area assessed should extend from the nearest upstream bend to the nearest downstream bend of the watercourse). Discuss the methodology used for determining effects. NOTE: Information on designing bank stabilization projects can be found in the Washington Department of Fish and Wildlife's Integrated Streambank Protection Guidelines(http://1vww.wdfw wa gov/hub/ahg/ispgdoc.htm); King County's Reconnaissance Assessment of the State of the Nearshore Ecosystem (http://dnr.nietrokc.I:ov/wlr/ivatershedslpugetlnearshore%sonr.htni); and three technical(white)papers—Marine and Estuarine Shoreline Modification Issues,Ecological Issues in Floodplains and Riparian Corridors,and Over-Water Structures Marine, Freshwater, and Treated Wood Issues(hgP:/Avdfw.wa.gov/Izab/ahg/ahgwhite him). 5. Cultural Resources and Human Burials. Permittees must immediately stop work and notify the District Engineer 1 c J.. L ,1 . Crk hu n bu a!s .ltura!. r hictnrir W lllllll L4 IIUUIJ 11,UUl lllb' UIG I.V UIJG VI 1.V11uuGtulg 4uulVl lrr�.0 vv Value,1 ul..u.. u..u..r, :u •u .......».vev, c. ....... properties,as identified by the National Historic Preservation Act,are discovered and may be affected by the work. Failure to stop work in the area of discovery until the Corps can comply with the provisions of 33 CFR 325 Appendix C,the National Historic Preservation Act,and other pertinent laws and regulations could result in a violation of state and federal laws.Violators are subject to civil and criminal penalties. 6. Essential Fish Habitat. An activity which may adversely affect essential fish habitat,as identified under the Magnuson-Stevens Fishery Conservation and Management Act(MSA),may not be authorized by NWP until essential fish habitat requirements have been met by the applicant and the Corps. Non-federal permittees shall notify the District Engineer if essential fish habitat may be affected by,or is in the vicinity of, a proposed activity and shall not begin work until notified by the District Engineer that the requirements of the essential fish habitat provisions of the MSA have been satisfied and the activity is authorized. The notification must identify the type(s) of essential fish habitat(i.e.,Pacific salmon, groundfish,and/or coastal-pelagic species)managed by a Fishery Management Plan that may be affected. Information about essential fish habitat is available at http•//ii,ww nwr.noua gov/ 7. Vegetation Protection and Restoration. Permittees must clearly mark all construction area boundaries before beginning work and minimize the removal of native vegetation in riparian areas and wetlands to the maximum extent practicable. Areas subject to temporary vegetation removal in wetlands or riparian areas during construction 9 shall be replanted with appropriate native species by the end of the first planting season following the disturbance except as waived by the District Engineer. D. Corps Regional Specific Conditions for this NWP 1. Private linear transportation crossings placed in waters of the U.S.with footprints wider than 22 feet or longer than 200 feet are not authorized by this NWP. 2. The permittee must submit a pre-construction notification to the District Engineer in accordance with NWP 1 General Condition 27(Pre-Construction Notification)for linear transportation crossing activities in tidal waters. NOTE:Applicants must provide information in the PCN about changes in base and peak flows, and water quality impacts that would result directly or indirectly from the proposed linear transportation crossing as required by NWP General Conditions 9(Management of Water Flows), 27(Notification), and 21 (Water Quality) NOTE: Culverts in fish-bearing streams should comply with the design guidance provided in "Fish Passage Technical Assistance, Design of Road Culverts for Fish Passage"(see www.wdfi�v.wa.gov/hab/engineer/cm) E. State 401 Certification General Conditions 1. For in-water construction activities. Individual 401 review is required under this condition for projects or activities authorized under NWPs that will cause,or be likely to cause or contribute to an exceedence of a State water quality standard(WAC 173-201 A)or sediment management standard(WAC 173-204). State water quality standards can be located on Ecology's website: htW://tivw►v.ecy.wa. ov/ rograms/wct/swgs/. Sediment management standards can be located on Ecology's website: httpVivKnj,ecy.wa.eov/biblio/wac173204.html. Information is also available by contacting Ecology's Federal Permit staff. 2. Projects or Activities Discharging to Impaired Waters. Individual 401 review is required by this condition for projects or activities authorized under NWPs if the project or activity may result in further exceedences of a specific parameter the waterbody is listed for on the state's list of impaired waterbodies(the 303(d)list). The current 303(d)listed waterbodies can be identified using search tools available on Ecology's website: hit,2/Ayi4ny eg wa gov/programslivgl303dl2002/2002-index.htniI or by contacting Ecology's Federal Permit staff. 3. Notification. For projects or activities that will require individual 401 review,applicants must provide Ecology :1h the• -*+�;dc-cu .e..twtio. provided rn tha Pnrnc lac rlaerril,atl in f nrne Natinnwitlr Permit General C onditinn 27,Pre-Construction Notification), including,when applicable: (a) A description of the project, including site plans,project purpose,direct and indirect adverse environmental effects the project would cause,any other Department of the Army permits used or intended to be used to authorize any part of the proposed project or any related activity. (b) Delineation of special aquatic sites and other waters of the United States. Wetland delineations must be prepared in accordance with the current method required by the Corps and shall include Ecology's Wetland Rating form. Note• Forms are available at Ecology's Wetlands website: hltp//www ec.wa.gov/progran:s/sea/wetlands/inder.html or by contacting Ecology's Federal Permit staff (c) Coastal Zone Management Program"Certification of Consistency"Form if the project is located within a coastal county(Clallam,Grays Harbor, Island,Jefferson, King,Kitsap,Mason,Pacific,Pierce, San Juan, Skagit, Snohomish, Thurston, Wahkiakum,and Whatcom counties). Note: Forms are available at the Army Corps of Engineers website:htt :Ilwww.nws.usace.arnty.mil or by contacting Ecology's Federal Permit staff. (d) Other applicable requirements of Corps Nationwide Permit General Condition 27,Corps Regional Conditions,or notification conditions of the applicable NWP. Ecology's review time shall not begin until the applicable documents noted above have been provided to Ecology and Ecology has received a copy of the final Nationwide Permit verification letter from the Corps. 10 r 4. Aquatic resources requiring special protection. Certain aquatic resources are unique,difficult-to-replace components of the aquatic environment in Washington State.Activities that would affect these resources must be avoided to the greatest extent possible. Compensating for adverse impacts to high value aquatic resources is typically difficult,prohibitively expensive,and may not be possible in some landscape settings. Individual 401 review is required for activities in or affecting the following aquatic resources(and not prohibited by Regional Condition 1),except for: NWP 20—Oil Spill Cleanup NWP 32—Completed Enforcement Actions NWP 38—Cleanup of Hazardous Waste NWP 47—Pipeline Safety Program Repair (a) Wetlands with special characteristics(as defined in the Washington State Wetland Rating Systems for western and eastern Washington, Ecology Publication#s04-06-025 and 404-06-015): • estuarine wetlands • Natural Heritage wetlands • Bogs • old-growth and mature forested wetlands • wetlands in coastal lagoons • interdunal wetlands • vernal pools • alkali wetlands (b) Bog-like wetlands,aspen-dominated wetlands,camas prairie wetlands,and marine water with eelgrass beds (except for NWP 48). (c) Category I wetlands (d) Category II wetlands with a habitat score>29 points. 5. Mitigation. 401 Certification is based on adequate compensatory mitigation being provided for wetland and other water quality-related impacts of projects or activities authorized under the NWP Program. Mitigation plans submitted for Ecology review and approval shall be based on the guidance provided in Wetland Mitigation in Washington State, Parts I and 2(Ecology Publication#s06-06-01 la and#06-06-01 lb)and shall, at a minimum, include the following: (a) A description of the measures taken to avoid and minimize impacts to wetlands and other waters of the U.S. (b) The nature of the proposed impacts(i.e.,acreage of wetlands and functions lost or degraded) (c) the rationaie for the mitigation Site that was S6XI.ed (d) The goals and objectives of the compensatory mitigation project (e) How the mitigation project will be accomplished, including proposed performance standards for measuring success and the proposed buffer widths (f) How it will be maintained and monitored to assess progress towards goals and objectives. Monitoring will generally be required for a minimum of five years. For forested and scrub-shrub wetlands, 10 years of monitoring will often be necessary. (g) How the compensatory mitigation site will be legally protected for the long-term. Refer to Wetland Mitigation in Washington State—Part 2: Developing Mitigation Plans(Ecology Publication #06- 06-011 b)for guidance on developing mitigation plans. Ecology encourages the use of alternative mitigation approaches,including advance mitigation and other programmatic approaches,such as mitigation banks and programmatic mitigation areas at the local level. If you are interested in proposing use of an alternative mitigation approach, consult with the appropriate Ecology regional staff person. (see h11P.//www.ecy.wa.goy/ For information on the state wetland mitigation banking program go to:http:llwww.ecy wa gvvlproeran:slsealwetlandslnsttigation/bankinglir:dex html 6. Temporary Fills. Individual 401 review is required for any project or activity with temporary fill in wetlands or other waters of the State for more than 90 days,unless the applicant has received written approval from Ecology. 11 7. Mill Creek Special Area Management Plan. This condition applies to all NWPs within the boundaries described in the Mill Creek Special Area Management Plan(SAMP), King County,Washington,dated April 2000(SAMP). The boundaries of the SAMP encompass all sub-basins and tributaries drained by Algona Creek,Auburn Creek, Bingaman Creek,Midway Creek,Mill Creek,and Mullen Slough.The area is bounded roughly on the south by 8`h Avenue N in Algona and 41h Street NE in Auburn,on the east and north by the Ordinary High Water Mark of the Green River,and on the west by the plateau that parallels Interstate 5 above the Green River valley. Individual 401 review is required for projects or activities authorized under the NWPs unless: (a) The project or activity will result in fill-related impacts to only wetlands designated as developable under Alternative#8,as shown on Figure 4-8 of the SAMP. (b) Compensatory mitigation for such impacts is onsite and/or within the areas designated on Figure 3-3, "Maximum Areas for Restoration by Target Habitat Type," in the SAMP Aquatic Resources Restoration Plan(April 2000). (c) Mitigation plans comply with the requirements of the SAMP and, in general,with the guidance in the interagency Wetland Mitigation in Washington State(March 2006;Ecology publications#06-06-01 la and#06-06- 0 11 b).Note:You can download the SAMP and Aquatic Resources Restoration Plan at hllp//www.nws usace.armp nail/PublicAlenulMenu cfm?sitename=REG&pagename=Mil! Creek SAMP. 8. State Certification for PCNs not receiving 45 day response. In the event the U.S.Army Corps of Engineers does not respond to a complete pre-construction notification within 45 days,the applicant must contact Ecology for Individual 401 review. F. State 401 Certification Specific Conditions for this NWP Certified, subject to conditions. Individual 401 review is required for projects or activities authorized under this NWP if: 1. The entire linear transportation project or activity impacts more than '/2 acre of wetlands. 2. The project or activity disturbs one acre or more of land(including uplands,wetlands,and other aquatic areas)and the post-development stormwater controls are not designed in accordance with Ecology's most recent stormwater manual or an approved equivalent stormwater manual. G. EPA 401 Certification General Conditions In order for any NWP authorization to be valid in Washington State,permittees must comply with all applicable 401 Certification general conditions. EPA 401 Certification general conditions apply to all NWP authorizations involving Section 404 activities on Native American Indian Tribal lands(excluding the tribal lands of the Chehalis Tribes, Port Gamble S'Klallum Tribe, Kalispel Tribe, Makah Indian Tribe, Puyallup Tribe, Spokane Tribe, and Tulalip Tribe)and Federal land with exclusive jurisdiction within Washington State. A. Special Aquatic Sites. Any activities in the following types of wetlands and waters of the U.S. will need to apply for an individual 401 certification: Mature forested wetlands;bogs;bog-like wetlands;wetlands in dunal systems along the Washington coast;vernal pools;aspen-dominated wetlands;alkali wetlands;camas prairie wetlands; salt ' marshes;or marine water with eelgrass beds. B. Soil Erosion and Sediment Controls. An individual 401 certification is based on the project or activity meeting established turbidity levels. EPA will be using as guidance the state of Washington's water quality standards [WAC 173-201 a]and sediment quality standards[WAC 173-204]. Projects or activities that are expected to exceed these levels or that do exceed these levels will require an individual 401 certification. C. Compliance with Stormwater Provisions. Individual 401 certification is required for projects or activities not designed in accordance with Ecology's most recent stormwater manual or Ecology approved equivalent manual. D. Compliance with requirements of the National Pollutant Discharge Elimination System. For projects and activities requiring coverage under an NPDES permit,certification is based on compliance with the requirements of 12 that permit. Projects and activities not in compliance with NPDES requirements will require individual 401 certification. E. Projects or Activities Dischargingto o Impaired Waters, Individual 401 certification is required for projects or activities authorized under NWPs if the project will discharge to a waterbody on the list of impaired waterbodies (the 303(d)List)and the discharge may result in further exceedence of a specific parameter the waterbody is listed for. EPA may issue 401 certification for projects or activities that would result in further exceedence or impairment if mitigation is provided that would result in a net decrease in listed contaminants or less impairment in the waterbody. This determination would be made during individual 401 certification review. F. Notification. For projects requiring individual 401 certification,applicants must provide EPA with the same documentation provided to the Corps(as described in Corps National General Condition 27,Pre-Construction Notification), including,when applicable: (a) A description of the project,including site plans,project purpose,direct and indirect adverse environmental effects the project would cause,any other U.S. Department of the Army permits used or intended to be used to authorize any part of the proposed project or any related activity. (b) Delineation of special aquatic sites and other waters of the United States. Wetland delineations must be prepared in accordance with the current method required by the Corps. (c) A statement describing how the mitigation requirement will be satisfied. A conceptual or detailed mitigation or restoration plan may be submitted. (d)Other applicable requirements of Corps National General Condition 27,Corps Regional Conditions,or notification conditions of the applicable NWP. A request for individual 401 review is not complete until EPA receives the applicable documents noted above and EPA has received a copy of the final authorization letter from the Corps providing coverage for a proposed project or activity under the NWP Program. G. Mitigation. An individual 401 certification is based on adequate compensatory mitigation being provided for wetland and other water quality-related impacts of projects or activities authorized under the NWP Program. Mitigation plans submitted shall be based on the Joint Agency guidance provided in Wetland Mitigation in Washington State, Parts I and 2(Ecology Publication#06-06-011a and#06-06-011b)and shall, at a minimum, include the following: 1. A description of the measures taken to avoid and minimize impacts to wetlands and other waters of the U.S. 2. The nature of the proposed impacts(i.e.,acreage of wetlands and functions lost or degraded). 3. The rationale for the mitigation site that was selected. 4. The goals and objectives of the compensatory mitigation project. 5. How the mitigation project will be accomplished, including proposed performance standards for measuring success and the proposed buffer widths. 6. How it will be maintained and monitored to assess progress towards goals and objectives. Monitoring will generally be required for a minimum of five years. For forested and scrub-shrub wetlands, 10 years of monitoring will often be necessary. 7. How the compensatory mitigation site will be legally protected for the long-term. H. Temporary Fills. An individual 401 certification is required for any activity where temporary fill will remain in wetlands or other waterbodies for more than 90 days. The 90 day period begins when filling activity starts in the wetland or other waterbody. 13 H. EPA 401 Certification Specific Conditions for this NWP Denied without prejudice. Individual 401 certification required. I. Spokane Tribe of Indians 401 Certification General Conditions Specific to the Reservation and the Tribal Water Quality Standards,the applicant must comply with the following when there could be a discharge to waters of the Spokane Indian Reservation: 1. The applicant shall be responsible for achieving compliance with the Spokane Tribal Water Quality Standards. 2.The applicant shall submit copies of applications materials to the Spokane Tribal Water Control Board for review and approval at the same time they are submitted to Army Corps of Engineers and prior to any disturbance activities. 3. The applicant shall comply with all Spokane Tribal Integrated Resource Management Plan(IRMP) guidelines for land use activities and disturbances. 4. The applicant shall allow the Tribal Water Control board and Interdisciplinary Team to inspect the area in question and adopt recommendations made throughout its operation. 5. Monitoring of the discharge shall occur at a level indicated by EPA and the Tribe,are subject to change,and shall be submitted to both entities. J. Tribal 401 Certification Specific Conditions for this NWP Denied without prejudice by the Chehalis,Kalispel,Makah, Port Gamble S'Klallum, Puyallup,and Tulalip tribes. Certified subject to general conditions by the Spokane Tribe. K. CZM Consistency Response Specific Conditions for this NWP Concur.subiect to the following condition: 1. Where individual 401 review is triggered,an individual CZM Consistency Response must be obtained for projects located within the 15 coastal counties.A"Certification of Consistency"form must be submitted in accordance with State General Condition 3 (Notification). L. ADDITIONAL LIMITATIONS ON THE USE OF NWPS 1, District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2. NWPs do not obviate the need to obtain other Federal,state,or local permits,approvals,or authorizations required by law. 3. NWPs do not grant any property rights or exclusive privileges. 4. NWPs do not authorize any injury to the property or rights of others. 5. NWPs do not authorize interference with any existing or proposed Federal project. r 14 s Washington HYDRAULIC PROJECT APPROVAL North Puget Sound ' Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date:May 02,2007 Control Number: 108906-1 Project Expiration Date: May 01,2012 FPA/Public Notice#: N/A PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of Kent Engineering Department RECEIVED ATTENTION:Joseph Fielding 220 Fourth Avenue South MAY 0 3 2001 Kent,WA 98032-5895 253-856-5518 CITY OF KEN T ENGINEERING- -n-EPT-- Project Name: Upper Meridian Valley Creek Culvert Replacement Project Description: Replace a metal culvert with a three sided concrete box culvert and modify sewer and water conduits at Meridian Valley Creek at 12829 SE 234th St. PROVISIONS 1. Work below the ordinary high water line (OHWL) shall o c only een June 16 and September 30 of calendar years 2007-2011. 2. NOTIFICATION REQUIREMENT: The Are i t lol ist listed below shall receive written notification (e-mail to fisheldf@dfw.wa.gov f e er n to whom this Hydraulic Project Approval (HPA) is issued (permittee) or th ge t/co actor no less than three working days prior to start of work, and again within seven f co letion of work to arrange for a compliance inspection. The notification shall i ud the pe ittee's name, project location, starting date for work or completion date of work, a th co of number for this HPA. 3. Work shall be accomplis a la and specifications approved by the Washington Department of Fish and Wildlif W W)entitled, "UPPER MERIDIAN VALLEY CREEK CULVERT REPLACEMENT AT SE 23 REET 05-3012", dated April 19, 2007, except as modified by this HPA. A copy of these pl s shall be available on site during construction. 4. A temporary bypass to divert flow around the work area shall be in place prior to initiation of other work in the wetted perimeter. 5. A sandbag revetment or similar device shall be installed-at the bypass inlet to divert the entire r flow through the bypass. 6. A sandbag revetment or similar device shall be installed at the downstream end of the bypass to prevent backwater from entering the work area. 7. The bypass shall be of sufficient size to pass all flows and debris for the duration of the project. S. Prior to releasing the water flow to the project area, all instream work shall be completed. Page 1 of 6 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55 021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date:May 02, 2007 Control Number: 108906-1 Project Expiration Date: May 01,2012 FPA/Public Notice#: N/A 9. Upon completion of the project, all material used in the temporary bypass shall be removed from the site and the site returned to preproject or improved conditions. 10. The permittee shall capture and safely move food fish, game fish, and other fish life from the job site. The permittee shall have fish capture and transportation equipment ready and on the job site. Captured fish shall be immediately and safely transferred to free-flowing water downstream of the project site. The permittee may request the WDFW assist in capturing and safely moving fish life from the job site to free-flowing water, and assistance may be granted if personnel are available. 11. Any device used for diverting water from a fish-bearing stream shall be equipped with a fish guard to prevent passage of fish into the diversion device rsuant to RCW 77.57.010 and 77.57.070. The pump intake shall be screened with 118 ' es o prevent fish from entering the system. The screened intake shall consist of a facility w o h surface area to ensure that the velocity through the screen is less than 0.4 feet per seco creen maintenance shall be adequate to prevent injury or entrapment to juvenl fi a the screen shall remain in place whenever water is withdrawn from the strea t ou t pump intake. 12. The width between the culvert footin fo the ttomless culvert shall be equal to or greater than the average width of the strea 13. Footings of the bottomless u rt hal a buried sufficiently deep so they will not become exposed by scour within t e c rt. 14. The culvert shall be' sta d to aintain structural integrity to the 100-year peak flow with consideration of the debris ' el be encountered. 15. Fill associated with the Ivert installation shall be protected from erosion to the 100-year peak flow. 16. The culvert shall be installed and maintained to avoid inlet scouring and to prevent erosion of stream banks downstream of the project. 17. The culvert facility shall be maintained by the City of Kent(City) per RCW 77.57.030 to ensure continued, unimpeded fish passage. If the structure becomes a hindrance to fish passage, the City shall be responsible for obtaining an HPA and providing prompt repair. Financial responsibility for maintenance and repairs shall be that of the City. 18. Conduit alignment shall be as nearly perpendicular to the stream as possible. 19. The conduits shall be installed at sufficient depth so that subsequent disturbance of the streambed is avoided. Page 2 of 6 Washington North Puget Sound Department ot HYDRAULIC PROJECT APPROVAL 16018 Mill Creek Boulevard FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date: May 02,2007 Control Number: 108906-1 Project Expiration Date: May 01,2012 FPA/Public Notice#: N/A 20. Excess spoils shall be disposed of so they will not re-enter the stream . 21. Disturbance of the streambed and banks and their associated vegetation shall be limited to that , necessary to perform the project. Affected streambed and bank areas shall be restored to preproject or improved habitat configuration. Prior to December 31 of the year of project installation,the disturbed areas of vegetation shall be revegetated with native or other woody species approved by the WDFW Area Habitat Biologist(AHB) listed below. Vegetative cuttings shall be planted at a maximum interval of three feet(on center). Plantings shall be maintained as necessary for three years to ensure 80 percent or greater survival of each species or a contingency species approved by the AHB. 22. Equipment used for this project shall be free of external petr u ased products while working around the stream. Accumulation of soils or deb shall emoved from the drive mechanisms (wheels, tires, tracks, etc.) and undercarri e f pment prior to its working below the OHWL. Equipment shall be checked daily for le d necessary repairs shall be completed prior to commencing work activities along t e s am. 23. If at any time, as a result of project activi , Is re observed in distress, a fish kill occurs, or water quality problems develop (including eq 'p t leaks or spills), immediate notification shall be made to the Washington Emergency nage nt Division at 1-800-258-5990, and to the AHB. 24. Erosion control methods 0611 b us to prevent silt-laden water from entering the stream. These may include, but are it o, straw bales, filter fabric, temporary sediment ponds, check dams of pea gravel-filled ap bags or other material, and/or immediate mulching of exposed areas. 25. Prior to starting work, the selected erosion control methods (Provision 24) shall be installed. Accumulated sediments shall be removed during the project and prior to removing the erosion control methods after completion of work. 26. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be deposited above the limits of floodwater in an approved upland disposal site. 27. Wastewater from project activities and water removed from within the work area shall be routed to an area landward of the OHWL to allow removal of fine sediment and other contaminants prior to being discharged to the stream or to wetlands associated with the stream. 28. If high flow conditions that may cause siltation are encountered during this project, work shall stop until the flow subsides. 29. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sediments, sediment-laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the stream or into wetlands associated with the stream. Page 3 of 6 rWashington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date: May 02,2007 Control Number. 108906-1 Project Expiration Date:May 01, 2012 FPA/Public Notice#: N/A PROJECT LOCATIONS ' Location#1 Upper Meridian Valley Creek Culvert WORK START: May 02, 2007 IWORK END: May 01, 2012 WRIA: Waterbody: Tributary to: 09.0091 Meridian Valley Creek Big Soos Creek 114 SEC. I Section: Township. Range: Latitude- Longitude: County: SE 1/4 16 22 N 105 E N 47.38558 IW 122.16336 King Location#1 Driving Directions APPLY TO ALL HYDRAULI PRO APPROVALS This Hydraulic Project Approval pertains only to those r%67�n the Washington State Hydraulic Code, specifically Chapter 77.55 RCW(formerly RCW 77.20). tion uthorization from other public agencies may be necessary for this project. The person(s)to whom is Hy raul' roject Approval is issued is responsible for applying for and obtaining any additional authorization from er pu . agencies(local,state and/or federal)that may be necessary for this project. This Hydraulic Project Approval shall be ilable a job site at all times and all its provisions followed by the person(s)to whom this Hydraulic Project v s issued and operator(s)performing the work. This Hydraulic Project Approv of orize trespass. The person(s)to whom this Hydr roject Approval is issued and operator(s)performing the work may be held liable for any loss or damage to fis ife or fish habitat that results from failure to comply with the provisions of this Hydraulic Project Approval. Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day and/or a gross misdemeanor charge,possibly punishable by fine and/or imprisonment. All Hydraulic Project Approvals issued pursuant to RCW 77.55.021 (EXCEPT agricultural irrigation, stock watering or bank stabilization projects)or 77.55.141 are subject to additional restrictions,conditions or revocation if the Department of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The person(s)to whom this Hydraulic Project Approval is issued has the right pursuant to Chapter 34.04 RCW to appeal such decisions. All agricultural irrigation,stock watering or bank stabilization Hydraulic Project Approvals issued pursuant to RCW 77.55.021 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the person(s)to whom this Hydraulic Project Approval is issued: PROVIDED HOWEVER,that such ' modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.301. APPEALS INFORMATION If you wish to appeal the issuance or denial of,or conditions provided in a Hydraulic Project Approval, there are informal and formal appeal processes available. Page 4 of 6 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 ' Issue Date: May 02, 2007 Control Number: 108906-1 Project Expiration Date: May 01,2012 FPA/Public Notice#: N/A A. INFORMAL APPEALS (WAC 220-110-340)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021, 77.55.141,77.55.181, and 77.55.291: A person who is aggrieved or adversely affected by the following Department actions may request an informal review of: (A)The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic , Project Approval;or (B)An order imposing civil penalties. A request for an INFORMAL REVIEW shall be in WRITING to the Department of Fish and Wildlife HPA Appeals Coordinator,600 Capitol Way North,Olympia,Washington 98501-1091 and shall be RECEIVED by the Department within 30 days of the denial or issuance of a Hydraulic Project Approval or receipt of an ' order imposing civil penalties. If agreed to by the aggrieved party, and the aggrieved party is the Hydraulic Project Approval applicant, resolution of the concerns will be facilitated througM discussions with the Area Habitat Biologist and his/her supervisor. If resolution is not reached,or the aggrieved pa jo not th ydraulic Project Approval applicant, the Habitat Technical Services Division Manager or his/her designee a c duct a review and recommend a decision to the Director or his/her designee. If you are not satisfied wit the re f this informal appeal,a formal appeal may be filed. B. FORMAL APPEALS(WAC 220-110-350)OF D PAR NT IONS TAKEN PURSUANT TO RCW 77.55.021 ' (EXCEPT agricultural irrigation,stock watering or b k sta iliz on projects)or 77.55.291: A person who is aggrieved or adversely affec d by folio g Department actions may request a formal review of: (A)The denial or issuance of a Hydraulic Pr p v , or the conditions or provisions made part of a Hydraulic Project Approval; (B)An order imposing civil penalties; r (C)Any other'agency action'for whic a udi tive proceeding is required under the Administrative Procedure Act, Chapter 34.05 RCW. A request for a FORMAL APP L shall a in RITING to the Department of Fish and Wildlife HPA Appeals Coordinator, shall be plainly I s' EST FOR FORMAL APPEAL'and shall be RECEIVED DURING OFFICE HOURS by the Depa ment t 6 Capitol Way North,Olympia,Washington 98501-1091,within 30-days of the Department action that is bein enged. The time period for requesting a formal appeal is suspended during consideration of a timely infor a eal. If there has been an informal appeal,the deadline for requesting a formal appeal shall be within 30-days of a date of the Department's written decision in response to the informal appeal. C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (agricultural irrigation, stock watering or bank stabilization only), 77.55.141,77.55.181,or 77.55.241: A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval,or the conditions or provisions made part of a Hydraulic Project Approval may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office,4224 Sixth Avenue SE, Building Two- Rowe Six, Lacey,Washington 98504;telephone 360/459-6327. D. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO CHAPTER 43.21L RCW: A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval,or the conditions or provisions made part of a Hydraulic Project Approval may request a formal appeal. The FORMAL APPEAL shall be in accordance with the provisions of Chapter 43.21 L RCW and Chapter 199-08 WAC. The request for FORMAL APPEAL shall be in WRITING to the Environmental and Land Use Hearings Board at Environmental Hearings Office, ' Environmental and Land Use Hearings Board,4224 Sixth Avenue SE, Building Two-Rowe Six,P.O. Box 40903, Lacey,Washington 98504;telephone 360/459-6327. E. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS results in forfeiture of all appeal rights. If there is no timely request for an appeal,the department action shall be final and unappealable. Page 5 of 6 1 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW`77.55.021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296 1 WILDLIFE (425)775-1311 Issue Date:May 02, 2007 Control Number: 108906-1 Project Expiration Date: May 01,2012 FPA/Public Notice#: N/A ' ENFORCEMENT: Sergeant Chandler(34) P2 ' Habitat Biologist 0--1, for Director Larry Fisher 425-649-704 '�'"" 6 s WDFW CC: r r 1 1 1 1 1 1 r r r 1 ' Page 6 of 6 1 DETOUR PLAN 1 i 1 1 1 1 1 i i i i Upper Mill Creek Culvert Replacement/Fielding A-5 March 20,2008 Project Number- 07-3031 W H 3 vJ Q �a O z =es U W U O ro no LU CO oyg J 31 Z � 3 twtnn Or��` C� z CLU J LaO Z W W O 0 a " " W`3 CD Ut Z N ~ a li z G W L" aQ e _ g I I lip © � Y CL - o 0 ILp u s 9 '9 o � � coS 'lio o 3 m m Of I N VYI L N N W L N 2r. [0:n] O W U119- Z 7 oss W V ro w V S O pi°� a a C Q Y ZV a: 0 Z g x WW /W/�/� 0 3 .'° pro° t� = mom � eo ` 0 (N� if ddM JYY U) O T. N tyi d W U 6 w d ro °i U_ X W LL O W 3 0 tai uuu ~fnhQ C7 'Z ao Y t v ^ram ~ ro 0 f)= z � LtL g�aNN..y N U J�F- Sc Rt, xyO � y � o.Ov�L Ztn O y � vW s W 'npv' � ~ N O 7 l c N N H W O O U W a/ O J Q. O d Z Q Py O O Ww W W ruwdr^i�u� ii 9 y V o H h Y :� z piraf W ` Q O C l Y 6 C V-ro C iii J ZZ v 0 'a�°+wwO.moroiom ` w O d omoa-d r-�L Z N f'� V! �O 1� • O IV W *-0-2o 33 IRS f 3 j A 108th Ave Se � ♦yam o tL yo � $ � G♦O� lu ro O O owe s 01 Et O C, (D � ag any 43406 C G w cm 1 4 ul f W �u W J 0o J Z cC� Z YJ 4 W y 1 w O Z C3 S v w V Y O 'o YU � '� m W � eN o �7 9 ' r W `LLB` �I Z cO W Z c w Q 6mr 0 2' ,r._ z Z OOC a z a t6 4.o o a e £ U H Y N o A Z W p -aa N U L R A 8 6 uJ 2 12 LLJ co CL o a W z 1. 0 C � u �11 m V W}y y3 ON N • W Qdw d~x Q {y ZLU W W W y-� a uWi %m Z 'Q �K y ' Dea �� _ 3 M W O LU � V O m O � U N VQN '" °ama 'omc Wpj �mmRN J tL t O i° vv 0(!1= W WN L Lai OL ao i= Z -+ endL IL o L V ^H J O N Lo)3 N oo:u"idar� U�� K o �aoxS y�j p0 W O �•) W rl> C N ti W W W r• zio��°.'c�vii' WW OO J aNpON W � V N lJ O WawN " Zdzo °dr �+ a d1 JJ1 f' "C v i, Cl) `n Q y_O W r r Q (V el 0 o N O N Z Z W W `�" 2 92 . V 0 �arp+v00a° mm` to; � 'g � W x UC>ea. G � d vWi��a7��mo p c: `N c O N M �I Irit71;.:�Cif co O 106th Ave Se h o� m OC� a> x ku W C C ~ CC O C f O 1 �! N 3 . S m Z 6- N = N lY■ � L aS a^t/41ti06 m pe actc J °o' G fLU d r All C L J G , ('' W V O$ = w U Y O n LO V W O no u v al z O pp y W w Un CO LU Z c p Z a LU hWN 2 t3 Vf ap p 8 d,gi F = W I- � Z 0- 0 = yNs� opC `" Z � _ W W NW � �� R $WM; � I YC9C " vWm c> O o 0 d pa�xy_ p �d4�3 �_ y Un V) g co Ox yy� 30 U) ��( W 1•� ZZZ t Y Z Q O ex N ZQ a W y W of 0 2 N v vi •o r4 30: C� Q (O w LL Z p =V tJ W N N 9 �+1 LL7 z U_ �Q �!W 8 7 �L w O ou7 O �W� OU LL v m �Y co 0 3 = s WNL IIt as a^y 41906 I N gd� N 34 3 aid aS any WO 6 t X 3 O c ✓ N t F II i w w i n Z 1-+ ry `mt C/a vwi u a I NC N (%j a �m O M m c rg O - 3 W O LL W N gs •r ] O � I F7 N N V F Q a b 3 •dN2 ANC �W�� L dwiro ouw I r m 30 Z N0QF § zy O 5<> u u S N K O i/1 GJ aO u v ,o i°- wv✓�..L m O moo Oi I V) 0 3w i> 0 Op 7 U w- Z w� M—Ow b ds -;.aS 'Id W9M + 8 d<,O m I aS Ay 4190 L € t>� m�� emvN Om WuOim� 1WNNLOl ON-a WW �F m O ash A i W V H a m � ope S ale N W W u 11% N ri 3 �� � oa 3 t OS any 43b06 y M � N �3 3 3 I 3 a b� O 9 I S s � I cal � A t NEW WATER MAIN CONNECTION PROCEDURES t Upper Mill Creek Culvert Replacement/Fielding A-6 March 20,2008 Project Number 07-3031 PUBLIC WORKS OPERATIONS STANDARD OPERATING PROCEDURES 9.0 WATER 9.3 New Water Main Connection Procedures PURPOSE: To avoid connections between the City potable water system and unsafe or newly constructed water systems that have the potential to contaminate the City water system, and to provide optimal cleaning, disinfection and connection procedures for new water mains to ensure safe, potable drinking water for human consumption. Note: These procedures shall be done in the following sequence or as directed by the City Inspector. 9.3.1 Connection to an Existing Water Main A physical separation between all untested and potentially contaminated water mains (or main extensions) and the city's existing water system shall be maintained at all times unless the connection is protected by an approved Department of Health backflow device (See diagram on page 5). A hydrant meter and an approved backflow prevention device shall be used whenever drawing water from the city system(see Page 5 for schematic details). Hydrant meters and backflow devices may be obtained from the Public Works Operations Division/Water Section at 5821 S. 2401" Street by completing the billing forms for a hydrant meter permit and making the required damage deposit. There will be a charge for all water used in accordance with Kent City Ordinance section 7.02.180 "Temporary Water Meters". Prior to the new water main being installed,the contractor has the option of cutting in the connection tee on the existing water main, or providing potable water from another source to provide a temporary water supply. If the Contractor chooses the option of installing the new connection tee, the Contractor shall install new resilient wedge gate valves on all sides of the tee, or as required by the City. A mechanical joint plug with a 2" minimum tap and proper blocking shall be installed on the new incoming mainline valve at the new tee, with piping accessible to accommodate filling the new water main. The City Inspector shall notify the Water section of Public Works Operations a minimum of five full working days before the valve and tee installation is scheduled. This will allow water section employees time to schedule the water main shutdown and notify the customers affected. P:SOPs\Water\9.3NewWatermainConnectionProcedures Approval Date L R.131a1CJu C?/07/15/03 Revision Date: Page 1 9.3.2 Cubing Foam cubes (pigs) shall be inserted into and pushed through the new water main to remove any residue, dirt, debris, obstruction or possible foreign material in the new water main. A. The Water Section shall be responsible for supplying the foam cubes to the contractor based on the water system design as shown on the approved construction plans. B. The Contractor shall be responsible for picking up the cubes at the Public Works Operations located at 5821 S 240th St Kent, Washington, and shall install two foam cubes at the initial connection and two foam cubes at each lateral connection six inches in diameter and larger(downstream of each connecting valve), as the new main is installed. This would include all six-inch diameter lateral runs to hydrants that are longer than two full pipe lengths, or have more than a single joint in them. C. A mechanical joint cap with a 2"minimum tap shall be installed with proper blocking at the initial connection point on the new main with piping accessible to accommodate both flushing and chlorine injection. D. The Water Section shall retrieve the foam cubes when the contractor performs the cubing process. All cubing and flushing shall be under the supervision of the Water Section or a City Inspector. E. To accommodate the launch and the retrieval of the cubes,the minimum blow-off size shall be four-inch diameter for six-inch and eight-inch mains. A six-inch diameter blow-off shall be installed for 10-inch and 12- inch mains per City of Kent Standards. F. It shall be the contractor's responsibility to properly dispose of all flush water per City of Kent Standards as well as locating and retrieving any "lost"or missing cubes or partial cubes from the water main. G. In the event that the initial cubing does not adequately clean the new water mains, the contractor shall be required to provide additional point(s) for launching and retrieval of additional cubes, and re-cube those sections of main that have debris in them until clean, as determined by the Water Section. 9.3.3 Pressure and Leakage Test All new water mains, extensions of existing mains, water system appurtenances and water services shall then be pressure tested for leakage in accordance with Section 7-09.3(23)of the WSDOT Standard Specifications. Water services and appurtenances 2" and smaller installed prior to water main testing shall also be pressure tested with the water main. At no time will the temporary water system connection or backflow device remain connected or in place during the pressure test procedures. P:SOPs\Water\9.3NewWatermainConnectionProcedures Approval Date L_R. 1310vtC,3las^GL07/15/03 Revision Date: Page 2 9.3.4 Chlorine Injection After the Contractor has cleaned the water main by cubing and flushing, the Contractor shall inject a liquid chlorine solution evenly throughout the new main and appurtenances for optimal disinfection. The chlorine dosage shall be in accordance with WSDOT 7-09.3(24)B at a minimum of 50 mg/L (see the table on page 4 of this document) and a maximum of 100 mg/l. AWWA C651-99 Standards include detailed procedures for the adequate disinfection, flushing and microbiological testing of all water mains. If the contractor wishes the Water Section to do the injection,the City Inspector shall give the Water Section three working days notification to perform the chlorine injection. The Contractor must sign a waiver holding the City harmless for any failure of purity samples due to the work performed by the Water Section, as well as agreeing to reimburse the city for all city costs associated with the disinfection process. Work may be scheduled after hours due to manpower or workload constraints, in which case the Contractor will reimburse the Water Section for city employee overtime associated with the work performed. The Chlorine shall remain in the main for the time specified according to the procedure used from AWWA Standards C651-99. After the 24-hour disinfection period, the remaining residual throughout the water main and appurtenances shall not be lower than 25 mg/L. The Contractor shall be responsible for disposing of all chlorinated water. Chlorinated water shall be disposed of in an approved sanitary sewer. If a sanitary sewer is not available, or the capacity of the sanitary sewer will be at risk, the Contractor shall be responsible for disposing of the water per City of Kent Construction Standards. Amount of Chlorine needed to produce 50 mg/L in 18ft of pipe (one pipe length) for 5.25% household bleach (with no additives), 12.5% Sodium Hypochlorite solutions and 65% available dry Calcium Hypochlorite. Diameter 5.25% al 12.5% al 65% Ib 4" 0.009 0.005 0.007 6" 0.022 0.011 0.017 8" 0.039 0.019 0.029 10" 0.061 0.031 0.052 12" 0.087 0.044 0.047 16" 0.156 0.078 0.119 18" 0.197 0.098 0.152 24" 1 0.352 0.176 0.271 30" 0.548 4::�E�275 0.422 P:SOPs\Water\9.3NewWatermainConnectionProcedures Approval Date L.T2.81a.ncha.rAL07/15/03 Revision Date: Page 3 Example: How many gallons of fresh 5.25% Sodium Hypochlorite will be required to disinfect 5,000 ft of 8" main? 5,000 ft_ 18 ft=278 lengths of 8"pipe 278 x 0.039= 11 gallons required 9.3.5 Bacteriological Purity Samples Two consecutive sets of acceptable purity samples, taken at least 24 hours apart, shall be collected from representative points of the new main and appurtenances. Water section personnel shall take the first bacteriological purity sample(s) after the chlorine is removed, flushing is completed and the chlorine level is no greater than nor less than the level present in the adjacent distribution system. Water services two inches and smaller installed prior to water main testing shall also be purity tested with the water main. The second set of purity samples shall be taken no less than 24 hours after the first set of samples. A representative background sample of the City water system may be taken from the distribution source at the same time purity samples are taken from the new main. In the event that the Water Section or the City Inspector determines that trench water, dirt or debris has entered the new main during construction, the first purity samples shall be not be taken until the water has stood in the new main for at least 16 hours after final flushing. As above, the second set of purity samples shall not be taken until the water in the new main has stood for an additional 24 hours. w 24-hour incubation periods Note: No water shall be flushed during the 16-or hou � c described above,or prior to the purity samples being taken. It shall be the contractor's responsibility to make arrangements to transport the sample(s)to a state-certified laboratory approved by the Water Section. The contractor shall be responsible for paying all costs for the purity samples excluding the representative background sample at the distribution source. Note: Two consecutive samples, 24 hours apart, must show no coliform presence before performing final connections to the existing water system. The Water Section may be available during normal working hours, depending upon workload, (7:30 am to 4:00 pm) excluding holidays and weekends,to take purity samples, assist with cubing and chlorine injections. The Contractor shall reimburse the city for all associated costs, including labor,vehicles, materials and overhead charges. Outside of normal working hours, the contractor shall reimburse the City at the most current hourly overtime rate for labor, vehicles, materials and other associated costs. 9.3.6 Final Connection(s) to the Existing Water Main P:SOPs\Water\9.3NewWatermainConnectionProcedures Approval Date L.R.81a4ACJuwd/07/l5/03 Revision Date: Page 4 When both sets of purity sample results are satisfactory and received in writing from the state-certified laboratory, and all other City of Kent water system standards have been met, the contractor shall be allowed to connect the new mains to the existing distribution system following City of Kent and AW WA standards. It shall be the Contractors responsibility to prevent, at all times,the contamination of the new and existing water mains with trench water, dirt, debris, or other foreign material. A City of Kent inspector and/or Water Section representative must be present to witness the final connection(s)to the existing water system,to turn on and flush the new water system, and to place the new water system and appurtenances into service. Approved Sos; oi'ldMal anh ul(e.av and Mete,., Discharge/flushing Deehlonnetrpn Sampling Faucet t r t Temporary Test 1�Supply Hose I Blocking _Control Valve \ t New Water Main Temporary Cap or Plug 'pin-ed(lots...... Con, d Conti of hero,wid My lei Discharge/flushing Oechlormeuon lemporer;L'l.,ding \ / Sampling Faucet i I \ I ®� —Control Valve t INew Water Main Temporary Cap or Plug P:SOPs\Water\9.3NewWatermainConnectionProcedures Approval Date L R.3la vtchzwd,07/l5/03 Revision Date- Page 5 GROUND COVER FABRIC Upper Mill Creek Culvert Replacement/Fielding A-7 March 20,2008 Project Number. 07-3031 FABRICS �ett oow.r ro SHADE CLOTH & GROUND COVER ACCESSORIES DEWITT WOVEN SHADE CLOTH In stock. 12'x 100'rolls Color Weight List Grower I DEW47121OR Black 30lbs $25269 $21226 DEW55121OR Black 33 Ibs $265 78 $223 26 DEW6312I OR Black 38 Ibs $276 69 $232 42 F.O.B.McConkey Co.Warehouses GROUND STAPLES I"x 6"long wire staples for manual fastening ground cover to the ground 1000 per carton TOGA Heavy Duty DEWAP616 . . $48 72 F.0.8.Sumner,WA 98390 S H A D E C L I P S Reusable fastening method for fixing shade cloth and windbreak fabrics to wires,timber and frames 300/cs DEWCLIPC , $45 97 F.O.B.McConkey Co.Warehouses GROUND COVER—WITH POT ALIGNER ELIMINATE WEEDS WITH GROUND COVER INSTEAD OF HERBICIDES Ground Cover eliminates weeds,permits water and fertilizer to penetrate ro�prevent stan�ft puddles � and allows air and humidity to rise Extremely strong ZAMW construction resists tears and punctures to last for years Use it between rows for weed or erosion control,as a Air vows rough to keep soil bottom mat for gravel or bark,or as a greenhouse Floor mat. mow from forming Ground Cover is UV stabilized,and resists punc- tures and tears Installation couldn't be easier,just roll it out.A pot aligner is woven into the fabric at 12 in.intervals Strongconstnxtionlasts Roll sizes are 3 ft,6 ft, 10 ft, 12 ft and 15 ft.x 300 ft.They're years longer than plastic film in stock at all warehouses ready for immediate delivery Custom narrow or AIW sewn widths available on request Covered with rock or bark, PAK Ground Cover wtll last indefinitely PRICES In stock material in McConkey Co warehouses available for immediate shipping. Item ID Size Weight Sq.Ft.Per Roll Grower I Price DEW 350 Tx 50' 10 150 $14 67 DEW3300 Tx 300' 24 900 $42 61 DEW6300 6'x 300' 48 1800 85 22 DEW 10300 10'x 300' 71 3000 $142 04 DEW 12300 12'x 300' 94 3750 $170 45 DEW 156300 15'6"x 300' 130 4650 $220 16 F.O.B.McConkey Warehouse 97 PREVAILING WAGE RATES Upper Mill Creek Culvert Replacement/Fielding A-8 March 20,2008 Project Number: 07-3031 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $36.24 1H 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $43.75 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $43.91 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $43 75 1M 5D CARPENTER $43.75 1M 5D CREOSOTED MATERIAL $43.85 1M 5D DRYWALL APPLICATOR $43.79 1M 5D FLOOR FINISHER $43.75 1M 5D FLOOR LAYER $43.75 1M 5D FLOOR SANDER $43.75 1M 5D MILLWRIGHT AND MACHINE ERECTORS $44.75 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $43.95 1M 5D SAWFILER $43.75 1M 5D SHINGLER $43.75 1M 5D STATIONARY POWER SAW OPERATOR $43.75 1M 5D STATIONARY WOODWORKING TOOLS $43.75 1M 5D CEMENT MASONS JOURNEY LEVEL $44.58 1M 5D DIVERS&TENDERS DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $44.59 1T 5D 8L ASSISTANT MATE(DECKHAND) $44.08 1T 5D 8L BOATMEN $44.59 1T 5D 8L ENGINEER WELDER $44.64 1T 5D 8L LEVERMAN,HYDRAULIC $46.21 1T 5D 8L MAINTENANCE $44.08 1T 5D 8L MATES $44.59 1T 5D 8L OILER $44 21 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $43.59 1E 513 ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Pagel KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $55 05 1E 5A CABLE SPLICER(TUNNEL) $58 86 1E 5A CERTIFIED WELDER $53 16 1E 5A CERTIFIED WELDER(TUNNEL) $57.15 1E 5A CONSTRUCTION STOCK PERSON $28.83 1E 5A JOURNEY LEVEL $51.25 1E 5A JOURNEY LEVEL(TUNNEL) $55.05 1E 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $54 37 4A 5A CERTIFIED LINE WELDER $49 64 4A 5A GROUNDPERSON $35.93 4A 5A HEAD GROUNDPERSON $37.89 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49 64 4A 5A JACKHAMMER OPERATOR $37 89 4A 5A JOURNEY LEVEL LINEPERSON $49 64 4A 5A LINE EQUIPMENT OPERATOR $42.27 4A 5A POLE SPRAYER $49.64 4A 5A POWDERPERSON $37 89 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS MECHANIC $60.85 4A 60 MECHANIC IN CHARGE $67.01 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.50 2K 5B FENCE ERECTORS FENCE ERECTOR $18 71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $31 01 1H 5D GLAZIERS JOURNEY LEVEL $43.76 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $46.59 1S 51 HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $36.75 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.10 1 INLAND BOATMEN CAPTAIN $38 87 1K 5B COOK $32.73 1K 5B DECKHAND $32.42 1K 5B ENGINEER/DECKHAND $35.20 1K 5B MATE,LAUNCH OPERATOR $36.85 1K 5B Page 2 KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $31.49 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $24.91 1 TECHNICIAN $19 33 1 TV TRUCK OPERATOR $20 45 1 INSULATION APPLICATORS JOURNEY LEVEL $43.75 1M 5D IRONWORKERS JOURNEY LEVEL $47.92 10 5A LABORERS ASPHALT RAKER $36 75 1H 5D BALLAST REGULATOR MACHINE $36.24 1H 5D BATCH WEIGHMAN $31.01 1H 5D BRUSH CUTTER $36.24 1H 5D BRUSH HOG FEEDER $36.24 1H 5D BURNERS $36.24 1H 5D CARPENTER TENDER $36.24 1H 5D CASSION WORKER $37.20 1H 5D CEMENT DUMPER/PAVING $36.75 1H 5D CEMENT FINISHER TENDER $36.24 1H 50 CHANGE-HOUSE MAN OR DRY SHACKMAN $36.24 1H 5D CHIPPING GUN(OVER 30 LBS) $36.75 1H 50 CHIPPING GUN(UNDER 30 LBS) $36.24 1H 5D CHOKER SETTER $36.24 1H 5D CHUCK TENDER $36 24 1H 5D CLEAN-UP LABORER $36.24 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $36.75 1H 5D CONCRETE FORM STRIPPER $36.24 1H 5D CONCRETE SAW OPERATOR $36.75 1H 5D CRUSHER FEEDER $31.01 1H 5D CURING LABORER $36.24 1H 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $36,24 1H 5D DITCH DIGGER $36.24 1H 5D DIVER $37.20 1H 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $36,75 1H 5D DRILL OPERATOR,AIRTRAC $37.20 1H 5D DUMPMAN $36.24 1H 5D EPDXY TECHNICIAN $36.24 1H 50 EROSION CONTROL WORKER $36 24 1H 5D FALLER/BUCKER,CHAIN SAW $36.75 1H 5D FINAL DETAIL CLEANUP(i e,dusting,vacuuming,window cleaning;NOT $28 45 1H 5D construction debris cleanup) FINE GRADERS $36.24 1H 5D FIRE WATCH $31.01 1H 5D FORM SETTER $36.24 1H 5D GABION BASKET BUILDER $36.24 1H 5D GENERAL LABORER $36.24 1H 5D GRADE CHECKER&TRANSIT PERSON $36.75 1 H 5D GRINDERS $36.24 1H 5D GROUT MACHINE TENDER $36.24 1H 5D Page 3 KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $36 24 1H 5D HAZARDOUS WASTE WORKER LEVEL A $37 20 1H 5D HAZARDOUS WASTE WORKER LEVEL B $36.75 1H 5D HAZARDOUS WASTE WORKER LEVEL C $36.24 1H 5D HIGH SCALER $37.20 1H 5D HOD CARRIER/MORTARMAN $36.75 1H 5D JACKHAMMER $36.75 1H 5D LASER BEAM OPERATOR $36 75 1H 5D MANHOLE BUILDER-MUDMAN $36.75 1H 5D MATERIAL YARDMAN $36.24 1 H 5D MINER $37.20 1H 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $36.75 1H 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE, SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $36 75 1H 5D PILOT CAR $31.01 1H 5D PIPE POT TENDER $36.75 1H 5D PIPE RELINER(NOT INSERT TYPE) $36 75 1H 5D PIPELAYER&CAULKER $36.75 1H 5D PIPELAYER&CAULKER(LEAD) $37.20 1H 5D PIPEWRAPPER $36.75 1H 5D POT TENDER $36.24 1H 5D POWDERMAN $37.20 1H 5D POWDERMAN HELPER $36.24 1H 5D POWERJACKS $36.75 1H 5D RAILROAD SPIKE PULLER(POWER) $36.75 1H 5D RE-TIMBERMAN $37.20 1H 5D RIPRAP MAN $36.24 1H 5D RODDER $36.75 1H 5D SCAFFOLD ERECTOR $36.24 1H 5D SCALE PERSON $36.24 1H 5D SIGNALMAN $36.24 1H 5D SLOPER(OVER 20") $36.75 1H 5D SLOPER SPRAYMAN $36.24 1H 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $36 75 1H 5D SPREADER(CONCRETE) $36.75 1H 5D STAKE HOPPER $36.24 1H 5D STOCKPILER $36.24 1H 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $36.75 1H 5D TAMPER(MULTIPLE&SELF PROPELLED) $36.75 1H 5D TOOLROOM MAN(AT JOB SITE) $36.24 1 H 5D TOPPER-TAILER $36.24 1H 5D TRACK LABORER $36.24 1H 5D TRACK LINER(POWER) $36.75 1H 5D TRUCK SPOTTER $36.24 1H 5D TUGGER OPERATOR $36.75 1H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $36.24 1H 5D VIBRATOR $36.75 1H 5D VINYL SEAMIER $36.24 1H 5D WELDER $36.24 1H 5D WELL-POINT LABORER $36.75 1H 5D Page 4 KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $36.24 1H 5D PIPE LAYER $36.75 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28.17 1 LANDSCAPING OR PLANTING LABORERS $14.22 1 LATHERS JOURNEY LEVEL $43.79 1M 5D METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11 56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 PAINTERS JOURNEY LEVEL $33.94 2B 5A PLASTERERS JOURNEY LEVEL $43 10 1R 56 PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $61.84 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $42.14 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $44.92 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $45.41 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $45,96 1T 5D 8L BACKHOES, (75 HP&UNDER) $44.50 1T 5D 8L BACKHOES, (OVER 75 HP) $44.92 1T 5D 8L BARRIER MACHINE(ZIPPER) $44.92 1T 5D 8L BATCH PLANT OPERATOR,CONCRETE $44.92 1T 5D 8L BELT LOADERS(ELEVATING TYPE) $44.50 1T 5D 8L BOBCAT(SKID STEER) $42.14 1T 5D 8L BROOMS $42.14 1T 5D 8L BUMP CUTTER $44.92 1T 5D 8L CABLEWAYS $45.41 1T 5D 8L CHIPPER $44.92 1T 5D 8L 1 COMPRESSORS $42.14 1T 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $42.14 1T 5D 8L CONCRETE PUMPS $44.50 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 IT 5D 81. CONVEYORS $44.50 1T 513 8L Page 5 KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $44.50 1T 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $44 92 1T 50 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $45.41 1T 50 8L WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $45.96 1T 50 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $46 53 1T 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $42.14 1T 5D 8L CRANES,A-FRAME,OVER 10 TON $44 50 1T 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $47.09 1T 5D 81. ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $44.92 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $45.41 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $45.96 1T 50 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $45.96 1T 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $46 53 1T 5D 8L CRUSHERS $44.92 1T 50 8L DECK ENGINEER/DECK WINCHES(POWER) $44.92 1T 5D 8L DERRICK,BUILDING $45 41 1T 5D 8L DOZERS,D-9&UNDER $44 50 1T 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $44.50 1T 5D 8L DRILLING MACHINE $44 92 1T 5D 8L ELEVATOR AND MANUFT,PERMANENT AND SHAFT-TYPE $42 14 1T 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $44 50 1T 5D 8L FINISHING MACHINEIBIDWELL GAMACO AND SIMILAR EQUIP $44 92 1T 5D 8L FORK LIFTS,(3000 LBS AND OVER) $44 50 1T 50 8L FORK LIFTS,(UNDER 3000 LBS) $42 14 1T 5D 8L GRADE ENGINEER $44.50 1T 5D 8L GRADECHECKER AND STAKEMAN $42.14 1T 5D 8L GUARDRAIL PUNCH $44.92 1T SD 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $44.50 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $44.50 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $44.92 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $42.14 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $44 50 1T 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $45.41 1T 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $45 96 1T 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $44.92 1T 5D 8L LOCOMOTIVES,ALL $44.92 1T 5D 8L MECHANICS,ALL $45.41 1T 50 8L MIXERS,ASPHALT PLANT $44.92 1T 5D 8L MOTOR PATROL GRADER(FINISHING) $44.92 1T 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $44.50 1T 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $45.41 1T 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 1T 5D 8L OPERATOR PAVEMENT BREAKER $42.14 1T 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $44.92 1T 50 8L PLANT OILER(ASPHALT,CRUSHER) $44.50 1T 5D 8L POSTHOLE DIGGER,MECHANICAL $42.14 1T 5D 81. POWER PLANT $42.14 1T 5D 8L PUMPS,WATER $42.14 1T 5D 8L Page 6 KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUAD 9,D-10,AND HD-41 $45.41 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45 41 1T 5D 8L EQUIP RIGGER AND BELLMAN $42A4 1T 5D 8L ROLLAGON $45.41 1T 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $42 14 1T 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $44.50 1T 5D 8L ROTO-MILL,ROTO-GRINDER $44.92 1T 5D 8L SAWS,CONCRETE $44.50 1T 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $44.92 1T 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $45.41 1T 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $44.50 1T 5D 8L SCREED MAN $44.92 1T 5D 8L SHOTCRETE GUNITE $42.14 1T 5D 8L SLIPFORM PAVERS $45.41 1T 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $44.92 1T 5D 8L SUBGRADE TRIMMER $44.92 1T 5D 8L TOWER BUCKET ELEVATORS $44.50 1T 5D 8L TRACTORS,(75 HP&UNDER) $44.50 1T 5D 8L TRACTORS,(OVER 75 HP) $44.92 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $44 92 1T 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $45.41 1T 5D 8L TRENCHING MACHINES $44.50 1T 5D 8L TRUCK CRANE OILERIDRIVER(UNDER 100 TON) $44.50 1T 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $44 92 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $44 92 1T 5D 8L WHEEL TRACTORS,FARMALL TYPE $42.14 1T 5D 8L YO YO PAY DOZER $44.92 1T 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35.62 4A 5A SPRAY PERSON $33.82 4A 5A TREE EQUIPMENT OPERATOR $34.27 4A 5A TREE TRIMMER $31.88 4A 5A TREE TRIMMER GROUNDPERSON $24.03 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $55.41 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $43.59 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $31.99 1H SG Page 7 KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $55 41 1G 5A RESIDENTIAL SHEET METALWORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $36 08 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $31 01 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $41.96 1M 5A ROOFERS JOURNEY LEVEL $36.78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $39.78 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $51.97 1E 6L SHIPBUILDING&SHIP REPAIR BOILERMAKER $3146 1H 6W CARPENTER $30 74 1B 6X ELECTRICIAN $30 37 1B 6X HEAT&FROST INSULATOR $46.59 1S 5J LABORER $29.26 1B 6X MACHINIST $30 29 1B 6X OPERATOR $30 22 1B 6X PAINTER $32 34 1B 6X PIEFITTER $30 22 1B 6X RIGGER $30 33 1B 6X SANDBLASTER $30.22 1B 6X SHEET METAL $30 48 1B 6X SHIPFITTER $30 32 1B 6X TRUCKER $30.17 1B 6X WAREHOUSE $30.20 1B 6X WELDER/BURNER $30.32 1B 6X SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $22 92 1 SIGN MAKER $21.36 1 SIGN MAKERS&INSTALLERS (NON-ELECTRICAL) SIGN INSTALLER $27.28 1 SIGN MAKER $33.25 1 SOFT FLOOR LAYERS JOURNEY LEVEL $36.08 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12 44 1 5S Page 8 KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $55.64 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 SURVEYORS CHAIN PERSON $9.35 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $30.66 2B 5A HOLE DIGGER/GROUND PERSON $17.19 2B 5A INSTALLER(REPAIRER) $29.41 28 5A JOURNEY LEVEL TELEPHONE LINEPERSON $28 53 2B 5A SPECIAL APPARATUS INSTALLER 1 $30.66 2B 5A SPECIAL APPARATUS INSTALLER 11 $30.05 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $30.66 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $28.53 2B 5A TELEVISION GROUND PERSON $16.31 26 5A TELEVISION LINEPERSON/INSTALLER $21.68 2B 5A TELEVISION SYSTEM TECHNICIAN $35.78 2B 5A TELEVISION TECHNICIAN $23.19 2B 5A TREE TRIMMER $28.53 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $41.96 1 M 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $35.79 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $36.40 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $41.19 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $41.90 1T 5D 8L DUMP TRUCK $41.19 1T 5D 8L DUMP TRUCK&TRAILER $41.90 1T 5D 8L OTHER TRUCKS $41.90 1T 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS& IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $18.00 1 Page 9 BENEFIT CODE KEY-EFFECTIVE 03-02-08 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. A. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL ALSO 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 WORKED 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. J. THE FIRST TWO(2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE L. 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 M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 0 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. BENEFIT CODE KEY-EFFECTIVE 03-02-08 -2- 1. Q. THE FIRST TWO(2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE, S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL 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 T. WORK PERFORMED IN EXCESS OF EIGHT(8)HOURS OF STRAIGHT TIME PER DAY,OR TEN(10)HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN(10)HOUR SHIFTS ARE ESTABLISHED,OR FORTY(40)HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE.HOURS WORKED OVER TWELVE HOURS(12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6.00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT(8)HOURS OR MORE. 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 HOURLYRATE OF WAGE. V. ALL HOURS WORKED ON SATURDAYS,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. 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. A THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT(8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE BENEFIT CODE KEY-EFFECTIVE 03-02-08 -3- G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE 2. 1. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS 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 THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. M 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. P. THE FIRST EIGHT(8)HOURS ON 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 SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 4A. 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. 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). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). F. 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,AND CHRISTMAS DAY(I 1). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). 1. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). BENEFIT CODE KEY-EFFECTIVE 03-02-08 -4- 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). jL. 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) M HOLIDAYS. NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY, MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY(9) 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) 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) 5 S PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS• NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR AFTER CHRISTMAS(10) U. PAID HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(8). V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8) Z. HOLIDAYS, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). B PAID HOLIDAYS. NEW YEAR'S EVE DAY, NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9) C HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). D PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2). F. PAID HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(11) BENEFIT CODE KEY-EFFECTIVE 03-02-08 -5- 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) 1. PAID HOLIDAYS- NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). J. 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). L. 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) Q PAID HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8) UNPAID HOLIDAY_ PRESIDENTS'DAY. 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). U HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(9). W PAID HOLIDAYS. NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10). X PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT 1S NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: , OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE 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. BENEFIT CODE KEY-EFFECTIVE 03-02-08 -6- 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. Sl 00, tLEVEL B S0.75,LEVEL C:S0.50,AND LEVEL D $0 25 9. A SHIFT DIFFERENTIAL• SWING FROM 4.30 PM TO l AM IS WAGE PLUS 17.3% GRAVEYARD FROM 12 30 AM TO 9 00 AM IS WAGE PLUS 31.4% B SHIFT DIFFERENTIAL. SWING FROM 4:30 PM TO 12:30 AM IS WAGE PLUS 10%FOR 7'/2 HOURS WORKED GRAVEYARD FROM 12 30 AM TO 9:00 AM IS WAGE PLUS 15%7 HOURS WORKED t 1 t 1 1 t 1 1 t 1 t REQUEST FOR MAYOR'S SIGNATURE • Please Fill in All Applicable Boxes KENO W ASHINGTON This farm n7ust be printed on cherry paper Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) Originator: Joe Fielding Phone (Originator): 5518 Date Sent: 4/22/08 Date Required: 4/29/08 Return Signed Document to: Nancy Yoshitake CONTRACT TERMINATION DATE: 105 working days VENDOR NAME: Pivetta Brothers Construction, Inc. DATE OF COUNCIL APPROVAL: 4115/08 Brief Explanation of Document: The attached construction contract consists of removal and disposal of a culvert in Upper Mill Creek on SE 264th Street. The project also includes storm drain removal/replacement,water main, dewatering,temporary bike/pedestrian detour, asphalt paving, concrete sidewalk, concrete curb and gutter, rock walls channelization and restoration. All Contracts Must Be Routed Through the Law Department REiACArJEJ h feted By the Law Department) Received: APR � � 200g Approval of Law Dept.: KENO- LPYV DEPT Law Dept. Commentsv �, J C �l Date Forwarded to Mayor: �J Shaded Areas to Be Completed by Administration Staff Received: Recommendations & Comments: Disposition: aodk Date Returned: Iage5870_templatebase • 2/07 x KENT WASHING70N March 10, 2009 Sterling Savings Bank 224 Southwest 152"d Street Burien, Washington 98166 Attention: Escrow Department The City of Kent hereby authorizes you to release to the Contractor; Pivetta Brothers Construction, Inc. their retainage in the amount of $15,691.78 Their escrow account is: 59997861885 Project Name: Upper Mill Creek Culvert Project Number: 07-3031 Sincerely, � � i� . ad"," Larry R. Blanchard Public Works Director copy: City Attorney Finance Director City Clerk Sterling Savings Bank - Tacoma Commercial Banking N Pivetta Brothers Construction, Inc. '. LRB/jc 3 c Y U 3 3 3 MAYOR SUZETTE COOKE