Loading...
HomeMy WebLinkAboutPW08-249 - Original - Archer Construction, Inc. - 81st Ave S Storm Drain Revisions - 09/11/2008 O Records M an-agerner = KEN 'WRSNINGION Document 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: Archer Construction, Inc. Contract Number: This is assigned by Mary Simmons Vendor Number: Project Name: 81st Ave. S. Storm Drain Revisions Contract Effective Date: September 11, 2008 Contract Termination Date: 45 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Joe Fielding Department: Engineering Abstract: Installation of storm sewer pipe along 81 st Ave. S. and an 18" check valve is to be installed in a catch basin on 84th Ave. S. COM q L 0Y ADCL7832 07/02 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 81st Avenue S. Storm Drain Revisions Project Number: 08-3009 BIDS ACCEPTED UNTIL BID OPENING August 26, 2008 August 26, 2008 9:4S A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 LARRY R. BLANCHARD DIRECTOR OF PUBLIC WORKS } i • KENT W A 5 H I N G T 0 N � 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 WSDOT Standard Plans ' Tab 6 Traffic Control Plans Tab 7 Check Valve � Tab 8 Prevailing Wage Rates r CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 81st Avenue S. Storm Drain Revisions Project Number: 08-3009 BIDS ACCEPTED UNTIL BID OPENING August 26, 2008 August 26, 2008 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 LARRY R. BLANCHARD DIRECTOR OF PUBLIC WORKS Q� of w,asH��1G IST NAL ENV \ KENT EXPIRES V29/ p WASH IN G T O N BIDDER'S NAME CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PR OVISIONS ROVISIONS FOR 81st Avenue S. Storm Drain Revisions Project Proj Number: � e 08-3009 BIDS ACCEPTED UNTIL BID OPENING August 26, 2008 August 26, 2008 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 LARRY R. BLANCHARD DIRECTOR OF PUBLIC WORKS KENT W A S H I N O T O N age 1 Kent Special Provisions for 81st Avenue S.Storm Drain Revisions rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration - City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2 - Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal 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 WSDOT Standard Plans Traffic Control Plans Check Valve Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through August 26, 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 "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 10:00 a.m. for the City of Kent project named as follows: 81st Avenue S. Storm Drain Revisions Project Number: 08-3009 The project consists of the installation of approximately 95 lineal feet of 8" and 18" ductile iron storm sewer pipe along 81st Avenue S., just south of S. 196th Street. Also included is 65 CY of ditch excavation, hydroseeding, 2" PVC conduit, removal of an existing pump and pavement patching. An 18" check valve is to be installed in a catch basin on 84th Avenue S. The Engineer's estimated range for this project is approximately $60,000 - $80,000. 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. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 7th day of August , 2008. BY: Brenda Jacober, City Nerk Published in Kent Reporter on August 13th & 20th, 2008 Daily Journal of Commerce on August 13th & 20th,2008 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 6la(-,a 1 o�) This statement relates to a proposed contract with the City of Kent named 81st Avenue S. Storm Drain Revisions Project Number: 08-3009 I am the undersigned bidder or prospective contractor. I represent that - 1. I LZ 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. ARt 0191t- (0/V 5TIZU ct ro AJ I&C, . NAME OF BIDDER BY: X&L A/ (eke. Signat re/Title UI ,e P&ejN e,— ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 81st Ave. S. Storm Drain Rev/Fielding 1 August 7, 2008 Project Number: 08-3009 age 6 Contractor Compliance Statement rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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 o- U day of /f�(��S� , 2008. By: Azjn=� For: A , 2L i2 ��`ST►ZuC-(Iptlr 14C_ Title: ust„L e,�e,� V0 i 4. Date: 4-a-1, 81st Ave. S. Storm Drain Rev/Fielding 2 August 7, 2008 Project Number: 08-3009 age 7 Declaration-City of Kent Equal Employment Opportunity Policy rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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. 81st Ave. S. Storm Drain Rev Fieldin 3 / 9 August 7, 2008 Project Number: 08-3009 age 6 City of Kent Administrative Policy rovided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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 A&W&e' 6 -lg4croxi WC Company, hereby acknowledge and declare that the before-mentioned company was the prime contract for the contract known as 81st Avenue S. Storm Drain Revisions/Project Number: 08-3009 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 day of 2008. By: For: Title: Date: 81st Ave. S. Storm Dram Rev/Fielding 4 August 7, 2008 Project Number: 08-3009 age 9 City of Kent Equal Employment Opportunity Compliance Statement rovided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale PROPOSAL To the City Clerk City Hall Kent, Washington 98032 k The undersigned hereby certifies that rrl - �Z �tJll(�1J2UCTt�M /acG. 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 81st Avenue S. Storm Drain Revisions/Project Number: 08-3009 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract documents 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 bll 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 SECTIO APPROX. ITEM UNIT TOTAL NO. N QUANTITY PRICE AMOUNT NO. 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. 81st Ave. S. Storm Drain Rev/Fielding 5 August 7, 2008 Project Number: 08-3009 age 10 Proposal rovided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE I - STORM ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ �LA0 $ yy0o / s WSDOT LUMP SUM Per LS rri-u,z �tJo4tsa�n kMrZ N,t06k,94 [POLLAVZS AHI) A10 (maci.rTS 1005 7-04.5 1 Install 18" Diameter Check $ (njDUf,` $ (0000 KSP LUMP SUM Valve in 96" Dia. Catch Basin Per LS 1015 2-02.5 150 Saw Cut Existing Asphalt $ $ L�l j(� KSP LN FT Concrete Pavement Per LF Du c,L t42-S Ado nl 0 c c ,I-r S 1017 2-02.5 10 Remove Cement Concrete $ q to $ KSP SQ YDS Sidewalk Per SY 1020 2-03.5 65 Ditch Excavation, Includin9 $ 02 ( $ , KSP CU YDS Haul Per CY TGt/Get-/r7— S)u 7v1,,-Ah2S A10) ^/4 45N7-5, 1022 2-02.5 10 Remove Cement Concrete $ l $ �Uv KSP LN FT Curb and Gutter Per LF 7,�o i L R)e S Ai/5 No GE ` 1025 2-03.5 1 Remove/Install 2" Diameter $ �� $ KSP LUMP SUM Power Conduit Per LS 6Ae- —/Wvu5 4J Ji2� AAt6 Alb 4^l-t S 1030 2-02.5 100 Remove Existing Storm Sewer $ CO 147 $ (p0 U aJ KSP LN FT Pipe or Culvert Per LF ,57> >c ►Db!_L tq#P-S ✓a xlb AUD C6KIPS 1035 2 ed -02.5 1 Remove Existing Submersible $ /,SUU KSP LUMP SUM Pump from Catch Basin Per LS 01UP,-114D,.( 51+-NIIJ C -b"A r-A r)2 01 L�r2S �/NI) p110 KITS Rev/Fielding 815t Ave.S. Storm Drain Rev/ g 6 August 7, 2008 Project Number: 08-3009 age 9 rovided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE I - STORM ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1037 8-14.5 10 Cement Concrete Sidewalk $ D ' $ KSP SQ YDS fir_ Per SY S I k T J i.%-�I"IZ-la A s h /Y/ 6 6 e,A[T S 1040 7-08.5 30 Foundation Material, $ / o— $ 5-L/D KSP TONS Class A and B Per TON i1042 8-04.5 10 Cement Concrete Curb and $ 2 $ 9[36 KSP LN FT Gutter Per LF 7ZlJ -I' 'l�o�LA,2- S A n X10 1045 8-15.5 10 Quarry Spalls $ S� $ WSDOT TONS Per TON �LAI E tir" - 'F%q e V>0 L' Ge XfTS o 1050 7-08.5 40 Pipe Zone Bedding $ 18 4 $ KSP TONS Per TON G(G N'rEE A-1 00 L-t-i4 2 S 4-All) tiv 6iiii N'7 S v 1055 4-04.5 20 Crushed Surfacing Top $ 1 -7 $ 3 CIO KSP TONS Course, 5/8 Inch Minus Per TON sL lle r4r-IE D0(--L.AA t AAP) A10 &qf�i ($6.00 Min) v� v� 1060 4-04.5 40 Crushed Surfacing Base $ 1 7 $ KSP TONS Course, 1 1/4 Inch Minus Per Ton DQL1.W1aZ7 AMC) 00 CCA05 ,($6.00 Min) 1065 7-08.5 15 Bank Run Gravel for Trench $ 15 6 $ s KSP TONS Backfill Per TON Ak)l> 14D GeW S, ($2.50 Min) 1070 5-04.5 10 Cold Plant Mix for Temporary $ /05Do $ KSP TONS Pavement Patch Per TON 81st Ave.S. Storm Drain Rev/Fielding 7 August 7,2008 Project Number: 08-3009 Aage 10 rovided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE I - STORM ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1075 5-04.5 20 HMA Class 1/2", PG 64-22 $ ;00 �vJ $ y000 ,VJ KSP TONS Per TON -ju10 r1�2 5 AT! AJo Ceti f 5 1080 7-04.5 50 Ductile Iron Storm Sewer $ (P50--0 $ KSP LN FT Pipe, 8" Diameter, CL 50 Per LF D o u-A 2 � A N ;�) Al a CE W'S o 1085 7-04.5 45 Ductile Iron Storm Sewer $ g0 � $ qo 9) a' KSP LN FT Pipe, 18" Diameter, CL 50 Per LF ' %M D oL-z iT4s A-Alb r/o 6w7-� 1090 1-10.5 120 Traffic Control Labor $ $ y�jp0 u� KSP HOURS Per HR FDR-1-L 'Do(-L-aeS A111/) /Vo 66-Krrs 1095 1-10.5 40 Traffic Control Supervisor $ �� $ KSP HOURS Per HR F-D J D i✓V-0 ITS do 1100 1-10.5 1 Temporary Traffic Control $ ��(� J $ KSP LUMP SUM Devices Per LS Me #A10/z&') bDt,-A'12� ^11) Alb 4i"i 5 � vv 1105 1-10.5 225 Construction Signs, $ 6 $ f 60 KSP SQ FT Class A Per SF ' 1107 1-10.5 5 Sequential Arrow Sign (SAS) $ 5 $ �• S KSP DAYS Per DAY IDoLL-fl ?5 AN n(0 604T S 1110 8-01.5 30 Street Cleaning $ �S �o $ 3 y50 v� WSDOT HOURS Per HR 81st Ave. S. Storm Drain Rev/Fielding 8 August 7,2008 Project Number: 08-3009 Iage 11 rovided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE I - STORM ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT J 1115 8-01.5 0.10 Seeding, Fertilizing, and $ 1Ano $ /Qjv v_ KSP ACRES Mulching Per AC C-c & 4 r Nu rJ 7 i2-'n Aar Alo e-c-'M-CS 1120 8-01.5 8 Inlet Protection $ 1/6'0 $ 3&D u% KSP EACH p� Per EA �I /1 ,0 4iFi-k[T—S u� v� 1125 8-01.5 3 Straw Bales for Drainage Way $ 70 $ I U KSP EACH Barrier Per EA 1W t12-" 00C-L- S /W t> ff 0 C VT s Sub Total 41-f 9.0 % WA State Sales Tax $ q,0.2 Sa Schedule I Total $ y -7 -7- m Drain Rev/Fielding 81st Ave. S. Storm a n Rev/Fle g 9 August 7, 2008 Project Number: 08-3009 age 12 rovided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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: 81st Avenue S. Storm Drain Revisions Project Number: 08-3009 Subcontractor Name I N I 16 Item Numbers kA V IM V Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE 81st Ave.S. Storm Drain Rev/Fielding 10 August 7, 2008 Project Number: 08-3009 age 13 City of Kent Subcontractor List(Contracts over$100,000) rovided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: A 14�17- W A(cnkM UQ 6 K( Project Name: 81st Avenue S. Storm Drain Revisions Project Number: 08-3009 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name: Signaturb of Bidder OlAfjhA eAg�e-- Date W 1e, PA.eal d&40- t81st Ave. S. Storm Drain Rev/Fielding 11 August 7, 2008 Project Number: 08-3009 Cage 16 Subcontractor List(Contracts over 1 Million Dollars) rovided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY, Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and Its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any Information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the ;contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCUW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. 81st Ave. S. Storm Drain Rev/Fielding August ust 12 u 7, 2008 Project Number: 08-3009 age 15 Contractor's Qualification Statement rovided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1 r , If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so p+� � (. as not to be�jmisleading. SUBMITTED BY: /fV n0JV5rJUG7/ON, /4(C, NAME: Keg ADDRESS: 4a; AM 049 3 z PRINCIPAL OFFICE: ADDRESS: :!�4w-rH .�lo '=; 5-�. /L IT 0,4 ged 3 A PHONE: S3 -7 ` -7 2- FAX: 4ZS3) !�-7a— 72- -7 '7 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your certificate�o`f-re istration in compliance with chapter 18.27 RCW. ,� W- 1.2 Provide your current state unified business identifier number. ('0o X)y 0.10 1.3 Provide all applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 81st Ave. S. Storm Drain Rev/Fielding 13 August 7, 2008 Project Number: 08-3009 age 18 rovided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 3 �- VePr42,�, 2.2 How many years has your organization been in business under its present business name? 3 ,2- �L/gfz2 �;, 2.2.1 Under what other or former names has your organization operated? M/f, 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: WA51410(.-r o f4 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your org nization is a partnership, answer the following: 2.4.1 Date of or ization. 2.4.2 Type of partne ip (if applicable): 2.4.3 Name(s) of genera artner(s): 2.5 If your org ization is individually owned, answer the following: 2.5.1 Date of o nization: 2.5.2 Name of own 2.6 If the form of-yo r organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers if if applicable. � a`� .rY2 ioR- Lftao IL E a 51 D Pgit tiTo it S/ ivo&�e 1 &Y"G°+04L, 3.2 List jurisdictions in which your organization's partnership or trade name is filed. lid A SJPZ- 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. C��R11q C/l V(V 6 e'la#c<100 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? rat/ 81st Ave. S. Storm Drain Rev/Fielding 14 August 7, 2008 Project Number: 08-3009 age 19 rovided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to - complete a construction contract? (If the answer is yes, please attach details.) D ` 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 5a PHIA-Coep> 4.4.1 State total worth of work in progress and under contract: 0`5,yau,/Oa 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 1�tu.F ptiJ 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 57a 1-> 4.7 On a separate sheet, list your major equipment. S. REFERENCES / 5.1 Trade References: 5.2 Bank References: COLu.rvl i`"c(,2EG�2�1z3�$5�-047: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: ucK 6. FINANCING (001 w�1f��`� ST1t' /000 �,- .,.�,kt-CLE , Wh16101 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 81st Ave. S. Storm Drain Rev/Fielding is August 7, 2008 Project Number: 08-3009 age 20 rovided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 6.1.1 Attach a financial statement, preferably audited, including your j' organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this day of , 2008. Name of Organization: �YL � av"4n.u.c-,1t c—, By. Title: yX Le. Ptie;p��.� 7.2 a! *K (.. lx-,e geAP-, — , 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 day of ... ,3008. .'F Notaryto, ell- ip _ Public: _ 0 pOtAR My Commission Expires: h-b���z611C e. S. Storm 9 Drain Rev/Fielding 16 ��iRrll►AgH,l10 t 7, 2008 Project age 21 rovided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale DEPARTMENT OF LABOR AND INDUSTRIES REGISTERED AS PROVIDED BY LAW AS i CONST CONT GENERAL REGIST. # - EXP. DATE CC01 ARCHFI*219DR,, 4 _ EFFECTIVE DATE ARCHER CONSTRUCTION INC 7855 S 206TH ST KENT WA 98032 F625-052-000(S/97) Detach And Display Certificate i CITY OF KENT 1.3 LICENSE NUMBERS: Department of Labor&Industries: 375,169-00 0 Employment Security 412091 00 0 State Excise Tax Registration 600 214 020 Contractor's License Number ARCHEI"219DR Fire Contractors License-Level 3 3376 Verify Workers' Comp Premium Status-Employer Liability Certificate Page 1 of 1 IL Washington State Department of Employer Liability Labor and Industries Certificate Department of Labor and Industries Employer Liability Certificate Date: 08/26/2008 UBI#: 600 214 020 Legal Business Name: ARCHER CONSTRUCTION INC Account#: 375,169-00 'Doing Business As'Name: ARCHER CONSTRUCTION INC Estimated Workers Reported: Quarter 2 of Year 2008 "76 to 100 Workers" (See Description Below) Workers' Comp Premium Status: Account is current. Firm has voluntarily reported and paid their premiums. Licensed Contractor? Yes License: ARCHEI*219DR Expire Date: 4/l/2009 Account Representative: T7/TERRI MADISON(360)902-4654-Email: KIRT235@lni.wa.gov What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person,or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed,and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates,limitations of coverage or waiver of subrogation(See RCW 51.12.05Q and 51.16.190.)or waiver of subrogation. https://fortress.wa.govMi/crpsi/AcctInfoPrint.aspx?AccountId=37516900&AccountManagei=T7+%2f+T... 8/26/2008 7855 S. 206th Street . Kent, WA 98032 263.872.7222 • Fax 253.872.7277 ARCHEI-219*DR ARCHERI, CONSTRUCTION , INC i August 26,2008 PROJECT: 81"Avenue So. Storm Drain Revisions Project SECTION 1.4 This is to confirm that Archer Construction, Inc, subsidiary companies, or affiliated companies that are under major ownership or under control by the owners of the bidder's company, are not and have not been in the past(3)three years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). Date: August 26,2008 I-- AllysSfi 6. Gregersen Vice President ````,��1�yUN1U�Jl�����J Subscribed and sworn before me this 261"day of August 2008. ��S:;6is !o '..s } ;eJ°T10TAR Notary Public: PUBLIC :'� ; My Commission Expires: 7/26/2012 AS �11 I Z0000 0o00000000000 00000 p 000000000000000000 O N N N N N N N N N N N N N N N N N N N N N N W 6)a 8a000000 W W aO) 6 amo a 6 a a p J r r r IL i u � v w o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z Ul Z 000 000NM - 0 0Wa0) 0) ) (000) 00Iq 000 U w O a U o00000000000000000r000 0000000000000rn000 �nr000 �n O r CO 0 O CM t- � O V O N 0 N O CN 0 t- Lf) O O 0 0 00 V V O O 0 M 0 00 M CO O V f� V CO O (O N Cl) r 0 M t- r r ('M 0 0 V 00 t� r V r r O 0 W V O3 Ilr OOCD 0 V 00000) V O 00 U 0 0 Mll N r CO r r N V V 0 M (CN 0 V M z r �- r � r r Q M mEA ER 64 69(A(fl(A Ef)69(H fA(A H)EA 69 to(A 6%(A(t?EA EA 6% 0000 000000 0000 N00000 v 0 CONS ' 0 00 00 V O00 NWN hMWN N co 0v0 0N0r0 CO 0) LC) ft) O COn V O OOr Mcl rV N I� OO cc OOO CO M pONh (O Lf) 1-0) v � (V M000 Co1- 0O N WLOCO CONN � vCo) OI- Y) 0 000 co) N 0 UOIt N N N (14t- N O V O r 0r r rr 00 2 6F),v 9 A 69 H 69 69(n 69 EA 69(A EA 69 fA(A H(A En fA(A fA 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O CVO O't w V qq n 0 N r- V0 0 Lo m W(OO � LO7 000 Cl)M � M 0 O OO F M C (O r O CO O O r N O 0r,.�V C Or 0N � ClC 00 U V tl- Ln 0 t- 00 �V MN0 N w r- w 00 �- tA V 00 O 00 F CC) O N 0 I- O V V 00 V O r O V 0 0 fM V O Cf) t- M 0 0 z r O CO N N Cl) N r- Cl) 0 CO r O O r V co z 0 - r r C4 M Z 04 O U D w ao U o Z N O lr) U N � 00 W 2 U Q 60 Y Z Z � 2 z QUP p P Q0 z < ul OOJ = U LU N W co UU O ~dIX U It U Z) Uw co LU CO af t O U 0) �WD U H U6HO j YUa � caZ w O 00 O z � } OU Wu � Zfe O � z QU � � gZg gz zQ � 0wU � wwUw Y0mwwl� ti oc rN- zOO� z (n8- 0- �i (�i� wzv� 0LLW (nw0UL - 3 U � - UODUUU UUUOU U = UUUUU w LL OO U U C7 U C9 C9 0 C9 U C9 C7 Q H C9 U C9 F- C9 C9 C9 C9 C9 O O w z z a > � Q U -t w Q Y z w O 0 u) (L z � (n f- F- z � 2 H Z U) a o ?: w — 0 cr v a d W O Q w U 9 p fUn w o z ~U' 2 — w W U � w v v I- O a w 0 o m o =) Z U U w p V � z d w <- -ISj Z � < W w00 z U U w pmpLLw -jmw < YeouwWU � 0 ¢ � o z �fnZ - 5v� Y � (n (n f- � wUU vaxIx v I- w < Zi- U)W WO) UJ � � z zm (no O w 2 p p z Q w H V a H m U Q a )- w LU o a o U Ox ' � S � IL J W2' �- Ic-t � � J) w- cr m � w wO w0 o -IwwLLUiaulo = n � a ¢ w (n aZU iL) 0m � ZggaU � (� YI- mz } (n � a __ a g v 1pO O p�CD P„ (V N � OLCO � O O o cO E — E � ccD y � 0 N t o o ao in ffVV E o M o o o LO M co c� o °' m Cm N = EcD w O c of tV O ' Olpi oO2Lo cc M02 O N G OroO cooC4 0 WN N NOd O 04 Z z F- N H a O E O z w z U z c7 u`� u`S w o O atS w = Y U 0 a = LL LL LL O t� C9 F- W I Z Z F- O O O w w LL ug O U 0 w m a. m m = U a 0- J F- U w U U U w W Y F- to to to OJ w F- w w 0 0 0 w L w w cn ca }} O w Jqq J Q dS off o� w O � 1 F- Z m W U w Fm Q lU ¢ g W Z W W I- UZZ qZq F_ � J W c Qz ON Y Mv H Oto [Un Uz FO w LL Z Z Z O 0 O oz UZa O 00 W F O � > a a c3 OO 0 Q z v a < a.a. m cn N U cn cn 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0) V cV MO I- N O It C7 0 co 1� Ul) N Lf) 0 cV N O O tD t� O 11) co M f_ d' f� c0 N �- O Z O o O 00 e- a- f`') O O CO — co O 6 d' tD CM CO M d' CD M h c0 t0 M It CC C9 CO to O CD c0 0) 04 ti CO O N N P� CO c0 co VO co N CO (00 co N CA g O ti M r M c� co Q .- N - 69 �, � � . c 469 W In a- O O ti c0 N N N col) M �t O J p� d O O O p 0 O 0) O � � O O � � > U U d' � Ol al 7 co > V Z 0 p o 0 LL Q 2Q Z Q Q 2 Q Q Q W W ? z 9 D vj y W_ m W W w W W W W O M LU U F- C H h- F Fw- N W O L W Y Z J a P F J J J Q } E 0 0 fn 0 ] m.> D D O N J (n N H 7 Fw- W W W Q' O F- m eti FLU W_- O M y M to (n N N rw.. ZO W w m � c rn > a. O Q Z O w O _ w fn w a. r- LU Z Z LU n. v °C LL ~ Y g 0 z Q ng Y o o i- w ¢ W g CL W a v Q W w a rN- W W a w z -' W Q Q �n Q O Z a. a L 0 > 1 o Z z F- o w O ug a Z n i- Z o 0 o F- c~i Q W o C � g 4 0 m = a a c~i U) O O 4 > U J¢ vOi O Q O W o j Io—p W m Q f- a J W W p N Q d 0 U_ W Z _3 d w Y N X a o w O J N a 0 0 D M 0 2 CITY OF KENT SECTION 4.6 KEY INDIVIDUALS: Wade Archer President 26 Years Experience Allyson Gregersen Vice President 26 Years Experience EARTHWORKIUTILITIES FIRE SPRINKLERS Tracy Gregg Dave Brown Senior Project Manager Manager, estimator, designer 16 Years Experience 33 Years Experience Doug Early Bob Popke Project Manager Estimator, designer 6 Years Experience 28 years Ken Cobley Rick Villyard Estimator/Project Manager Superintendent 10 Years Experience 20 years Ray Elder Superintendent 20 Years Experience Russ Gregersen Superintendent 26 Years Experience Darren Roth Superintendent 16 Years Experience OTHER OFFICE EMPLOYEES 10 FIELD EMPLOYEES 50-100 3 O WOOOG� W QD WO W Otq OD tq 00W O oogoggocODs s �ssg WW W tq W O W W W W W W W O W O W O C J tL = a UO to U W �Wy j Z W W OdE)a3QW�3nr° 0o 3WD�N 93e8oW 'p O�epMr030E �0o om WM3WE30n ° ix 2 w0 ' a U o "bb. . . ., ` .c�ggggg $ . . . . ir- 000 ire N r(pW Mom ^ W OrN �W�pp N �AN W f� Ng m N�{M r W O Onr r W Np0 urOnN —LO WrOdG191 2 W O32 ZrM W N v r CO co co Q M m ffl FA to to to to m to m fA 60 61).to is to to to fA tH eA to to ER ' 0000 89g9gq 0 - 00 WW00 Wv 8810 ' MN (`W9M� ON ' 100� 1 2286 ' 04 � O N t, co tf)1,W 't 1- N M O W (p I� a N j V) - - U) NNr � M U) hN W 00 OMN W UO W(D W N N NNh N OS O r =EA to EA t4 604 to to to tf)L",m to to to to to wo to to to ca,to CO qc3oq F• Cnr 0) IqNN Oti�01 � 61 NNN0 0 R lh vM N (O N CO t` CO 0 b r tq 700 O CD QQ F'(FL+ oN Zr (p W Nef vMO e} � rO V MW p M 3 rO 12 IO' Mr W � rrr N (O Z O z 0amtototot»totototo0t»tot1istr0,40trytryist»mto is 60 ca �t O z (� LU O O w Y ' Z i� N } }U' } >- } } }} } } w }C7 °DC7}C�C9C�C�C� J W W uJ J J J J J J J J T J w } w J W w W w W O N W JJ� U J� ww w IY a' �a zmin(.9 � �* ffi2gfl �c�c�c� c� c� w � zOo W w w w w w = `� WW� 0p0000000Qo� 80 9 v oc z z O» » » » Y W z Z WZW W ~ Z g 0 QZ O Q O Q Z Q Q W N c Fy� U) c H W Z � w YO j cr U W ai= WH � == 0 0 0O n~ - aj m 0 0W00: 01'- caz w W 0 Q WUUWZWO zQdp Z gTom �(1) OzQ� � ww �N wN�w V LLLL U—. . � zw a QO LL z)>- wzOdZ AnwzmOLL ( LL7LLN CLI--� asgOOY to W � ZUODUUUUUUODU =UUUUU LL LL 3 ODUC�UC9i7C7C9UC9C7Qf- 0 OF- 00000 O O IL g Z 0 0Q d 0 U w Q Y z ~ ~ ai a — � z �(n 10 O O zg 0 w J S aaS zUa ❑o aW OU Z O wW 0zWg� Z� wz w0 1- 09 Zaz Z = wowW- W = -j wS2oMZLLjxa w ona vvd dof N - a �z 3 -jzzzmza0wo wZ: 00z WW ci - - F- WY w LJ1. 5 I dZZ, � � o �OrWgw —W O azJUC92zQU= a0KOFx- m z >¢ 'Ww❑d r V"NE7 Archer Construction,Inc. ESTMAST BLANK MASTER ESTIMATESTANDARD EQUIPMENT LIST Equip Code Description Unit Type 8AI **AIR TOOLS** HR I 8AICOMP Compressor HR IHR. I 8BA **BACKHOES** HR I 811AID410 JD 410 backhoe HR 1 880 **BOBCATS** HR I 8BOBEXC Bobcat Excavator HR O 8BOBR Bobcat w/Attachments HR I 8CR **CRANES** 185T Crane incl Operator HR 0 8CRTR185R SCRTR30OR 300T Crane incl Operator HR OI 8DE **DEWATERING** HR O 8DEBAKERR Baker Tank HR I 8DO **DOZERS** HR O 8DOCATD9 Cat D-9 pushcat HR I 8DOJD450 JD 450 Dozer I 8DOJD550 JD 550 Dozer HR JD 700 Dozer HR I 8DOJD700 HR I 8DOKOMD65 Komatsu D-65 I 18EX **EXCAVATORS** R I 8EXHIT 160 Hitachi 160 Excavator HR I 8EXHIT300 Hitachi 300 Excavator HR I j1EXJDI10 JD 120 Excavator HR I 8EXJD135 JD 135 Excavator HR I 8EXJD200 JD 200 Excavator HR I 8EXJD225 JD 225 Excavator HR I �8EXJD230 JD 230 Excavator HR I 8EXJD270 JD 270 Excavator HR I 8EXJD330 JD 330 Excavator HR I 8EXJD450 JD 450 Excavator HR I 18EXJD792 JD 792 Excavator HR 0 8EXJD800 JD800 Excavator HR I 8EXJD992 JD 992 Excavator HR I EXKOM78 Komatsu PC 78 I GR **GRADERS** HR HR I GRCATI4H CAT 14 H Grader HR I 8GRJD770 JD 770 Grader HR I BLO **LOADERS** HR I LOCAT950 Cat 950 Loader HR I 8LOJD544 JD 544 Loader HR I ILOJD624 JD 624 Loader I MI **MISC EQUIP** R 0 MIFORKLT Forklift HR 0 8MIFUSIONR Fusion Machine HR I RMIC,EN Generator HR I MIPUMP Pumps - HR 0 N ITESTR Test Pump and Plugs HR I 8RO **ROLLERS**- HR I IR012T 12T Roller HR I R015T 15 Ton Roller - I 8RO42DD Roller 42"Double Drum HR 8 Ton Roller HR I R08T HR I SC **SCRAPERS** SCCAT631 Cat 631 Scraper HR 8SH **SHORING EQUIP** HR I HR 0 SHGRVLSKIFF Gravel Skiff SHMATSR Mats HR 4SHSHEETS 8x20 sheets HR I 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 forty five (45) 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. !E No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. � The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s , to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: kkbLtr� lac t 2 00$S-0010O i,I AlG. ' NAME OF BIDDER BY: 1 Sig na1're /W&C� A k.j- (Print Name and title) Address 81st Ave. S. Storm Drain Rev/Fielding 17 August 7, 2008 Project Number: 08-3009 age 22 Proposal Signature Page rovided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verity Scale r BID BOND FORM KNOW ALL MEN 6Y THESE PRESENTS: That we, Archer Construction, Inc. as Principal, and Insurance Company of the West , as Surety, are held and firmly five percent (5&) bound unto the CITY OF KENT, as Obligee, in the penal sum of of total bid-- Dollars, for the payment of which the principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these jpresents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 81st Avenue S. Storm Drain Revisions/Project Number: 08-3009 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be- null and void; otherwise it shall be and remain in rull Force and effect and the Surety ' shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. _ SIGNED, SEALED AND DATED THIS 21st DAY OF August 2008. Archer Co tion, Inc By: PRINCIPAL ' Insu anee Comp ny off- ..`�iB West - By; � - SUR oxana Palaolos ' Attorney-irf-' a�C ------------ Received return of deposit in the sum of$ _. 61st Ave. S.Storm Drain Rev/Fielding 1$ August 7,2008 ' Pro]ect Number: 09.3009 'age 23 Bid Bond Form 'rovided to Builders Exchange of WA,Inc.For usage Conditions Agreement sce www.bxwra.eum-Ahnrays Verify scale ''- rf% 0004637 IfCW GROUP Pow of Attorney Insurance ComWany of dke West Rapletw Insurance Company- Independeaee Casualty and Scatty CmqpmW KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of--11re West a Corporation duly organized urn dwJim of the State of California, Explorer Insurance Company,a Corporation duly organized under the laws of the Stara of CW&rr ia,and Independence Casualty aid=S"°thy,a Corporation duly agonized under the laws of the State of Texas,(collectively referred to as the"Companies"),do hereby appoint TERRI L.FRANKLIN,JEANNE NE HAGEL,SUSAN L.GARRED,HOLLY E.ULFERS,STEVENW.PAIAWIt,BONNY SM1TH, PAMELA A.JARDINE,ANGELA D.TONNON,ROXANA PALACIOS, PATRICIA L.RUSSELL,MARY A.Imo,HEATHER L.ALLEN their true and lawful Attomey(s)-m-Fact with authority to date,execute,sign,seal,and deliver on behalf of the Commies,fideftiod surety bonds,undertakings,and other similar contracts of suretyship,and any related docurnents. In witness whereof;the Companies have caused these presents to be executed by its duly authorized officers this 2nldaysfkwary,2008. agiPury BEAD � � _ nvsunaNc�c�►1� ,�wEsr r EXPLORER I1MURANCR iC41t43'ANY t 'r► , a INDEPENl394M_C`AS"LIT AND SURETY COMPANY etffewo Jeffrey D Sweeney,Assistant Secretary J Douglas Browne, President State of California } ss. County of San Diego On January 2,2008,before tire,Mary Cobb,Notary Public,personally appearudJ.Douglas Browne and Jeffrey D.Sweeney,wbo-p"W to me on the basis of satisfactory evidence to be the person(,)whose name(s)is/are subscribed to the within went and acknowledged to me that they execs"tbo seam®in their authorized capacities,and tbat by their signatures on the instrument,the entity upon behalf of which the persons actal,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and oftiol seal. - Mary Cobb,No*je:Puib RESOLUTIONS - This Power of Attorney is granted and is signed,sealed and notarized with facsimile signatures and seals under authority of the feU+2O ft r"olutions adopted by the respective Boards of Directors of each of the Companies "RESOLVED That the President,an Executive or Senior Vice President of the Company,together with the So -*,any Assistant Secretary,are hereby authorized to execute Powers of Attorney appointing the person(s)named as Attomey(s)-in-Fact to dad,execute,sign,seal,and deliver on behalf of the Company,fidelity and surely bonds,undertakings,and other similar contracts of suretyship,and,ab- lpti ;�►ts RESOLVED FURTHER. That the signatures of the officers making the appointment,and the signature of� �;�8 the validity and current status of the appointment,may be facsimile representations of those signatures;and the signalise and' fsor fAty,and the seal of the Company,may be facsimile representations of those signatures and seals,and such facsimile representations shall trove dle aaupo farce and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping,printing,typing,or " CERTIFICATE - I,the undersigned,Assistant Secretary of Insurance Company of the West Expkxer Insurance Company,and Independe=C ssualtg.atid Purely Company,do hereby ca* that the foregoing Power of Attorney is in full force and effect and has not been revokod,and that the above resoludom Wft J*adopted by the respective Boards of Directors of the Companies,and are now in full force. IN WITNESS WHEREOF,I have set my hand this S day of �. T r tlef#'reyo.SeCtataty ' : To verify the authenticity of this Power o€Attorney you may all 1-800-877-1111 arj6��sk f tlfR 3rne�y;I �'. Places y L fAttorraey Number,the above named individuals)and details of the bond to which the power is attached For infom2(t{o� sd ploasa com 1C9W Group, 11455 El Camino Real,San Diego,CA 92130-2045 or call(858)350-2400. '•�•�.� .-w�-' - 1 V t 1 CITY OF KENT COMBINED AFFIDAVIT & CERTIFICATION FORM: NON-COLLUSION, MINIMUM WAGE (NON-FEDERAL AID) ' NON-COLLUSION AFFIDAVIT 1 Being 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 81st Avenue S. Storm Drain Revisions Project Number: 08-3009 NAME OF PROJECT �- (•DNS uLT� �/ G - NAME OF BIDDER` FIRM A44.:�1 / 01 SIGNATURE I THORIZED RIEPRESEKTATIVt OF BIDDER SubscribS 011asworn to before me this A46 day of 2008. A•WAII %% r � NQ1AR y G Notary Public in and for the-State of a'• PUB�� a� Washington, residing at . r . �4 99�'kav 81st Av�i�S �P'�y R�3r`�Fielding 19 August 7, 2008 Project Nu �llriQ�ii1`Q��� age 24 City of Kent Combined Affidavit and Certification Form: Non-Collusion,Minimum Wage(Non-Federal Aid) rovided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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 ...................................................................... ❑ Invitation to Bid.................................................................................. ❑ Contractor Compliance Statement....................................................... ❑ Date ........................................................................................... ❑ Have/have not acknowledgment................................................ ❑ Signature and address ............................................................... ❑ Declaration - City of Kent Equal Employment Opportunity Policy........ ❑ Dated and signed ....................................................................... ❑ Cityof Kent Administrative Policy....................................................... ❑ Proposal.............................................................................................. ❑ First line of proposal - filled in................................................... ❑ Unit prices are correct and written in words.............................. ❑ Bid the same unit price for asterisk (*) bid items ...................... ❑ City of Kent Subcontractor List (over $100K)...................................... ❑ Subcontractors listed properly................................................... ❑ Signature ................................................................................... ❑ Subcontractor List (over $1 million).................................................... ❑ Subcontractors listed properly................................................... ❑ Signature ................................................................................... ❑ Contractor's Qualification Statement...................................a.........a..... ❑ Complete form and notarize....................................................... ❑ Proposal Signature Page ..................................................................... ❑ AllAddenda acknowledged........................................................: ❑ Date, signed and addressed ....................................................... ❑ BidBond Form..................................................................................... ❑ Signed, sealed and dated ........................................................... ❑ Power of Attorney...................................................................... ❑ (Amount of bid bond shall equal 50/o of the total bid amount) Non-Collusion Affidavit........................................................................ ❑ Signed, dated and notarized....................................................... ❑ Bidder's Check List...................................................................8.......... (3 The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) 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: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 81st Ave.S. Storm Drain Rev/Fielding 20 August 7,2008 Project Number: 08-3009 age 23 Bidder's Checklist grovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Bond No. 2277147 PERFORMANCE BOND TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Archer Construction, Inc. as Principal, and Insurance Company of the West California a Corporation organized and existing under the laws of the State of Vftstk%torl, 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 $ 48,777.50 ---------- , 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 81st Avenue S. Storm Drain Revisions/Project Number: 08-3009 (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 1 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. (SIGNATURES ON FOLLOWING PAGE) 81st Ave. S. Storm Drain Rev/Fielding 21 August 7, 2008 Project Number. 08-3009 r PERFORMANCE BOND t PAGE TWO TWO WITNESSES: Archer Construction, Inc. PRINCIPAL � BY: TITLE: DATE•—cdcl bF, DATE: CORPORATE SEAL. J v PRINT NAME DATE: September 5, 2008 Insurance Company of the West SURETY CORPORATE SEAL: BY: Bonny mit DATE: September 5, 2008 TITLE: Attorney-in-Fact ADDRESS: 11820 Northup Way, Suite E-130 1 Bellevue, WA 98005 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal_ �iQ.2. Of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY oA. ASSISTANT SECRETARY 81st Ave. S. Storm Drain Rev/Fielding 22 August 7, 2008 Project Number: 08-3009 ICW GROUP -No. 0004637 Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Sur*4Com r►y KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West,a Corporation duly organized unam too,,4aws of the State of California, Explorer Insurance Company,a Corporation duly organized under the laws of the State of California,and Independence Casualty Bud Sutpty Company,a Corporation duly organized under the laws of the State of Texas,(collectively referred to as the"Companies"),do hereby appoint TERRI L.FRANKLIN,JEANNE M.BAGEL,SUSAN L.GARRED,HOLLY E.ULFERS,STEVEN,W.PALMER,BONNY SMITH, PAMELA A.JARDINE,ANGELA D.TONNON,ROXANA PALACIOS, PATRICIA L.RUSSELL,MARY A.DOBBS,HEATHER L.ALLEN their true and lawful Attomey(s)-m-Fact with authority to date,execute,sign,seal,and deliver on behalf of the Companies,fidelity and surety bonds,undertakings,and other similar contracts of suretyship,and any related documents h]'witness wherte>;the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January,2008 gOMPANP�F,r �7^-v�Q� ''O�G M � boo"POM,Fo 4 p n0 4' INSURANCE COMPANY OF THE WEST a SEAL` EXPLORER INSURANCE COMPANY 1. �o ' a INDEPENDENCE CASUALTY AND SURETY COMPANY Jeffrey D Sweeney,Assistant Secretary J Douglas Browne,Senior Vice President State of California } ss County of San Diego On January 2,2008,before me,Mary Cobb,Notary Public,personally appeared J.Douglas Browne and Jeffrey D.Sweeney,who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument,and acknowledged to me that they executed the same in their authorized capacities,and that by their signatures on the instrument,the entity upon behalf of which the persons acted,executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct, Witness my hand and official seal. COMA.�! D cf AAA Mary Cobb,Nudpry PubliC RESOLUTIONS This Power of Attorney is granted and is signed,sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies- "RESOLVED: That the President,an Executive or Senior Vice President of the Company,together with the Secretary or any Assistant Secretary,are hereby authorized to execute Powers of Attorney appointing the person(s)named as Attomey(s)-m-Fact to date,execute,sign,seal,and deliver on behalf of the Company,fidelity and surety bonds,undertakings,and other sunilar contracts of suretyship,and any related documents. RESOLVED FURTHER That the signatures of the officers making the appointment,and the signature of any officer cer*mg the validity and current status of the appointment,may be facsimile representations of those signatures,and the signature and seal of any notary,and the seal of the Company,may be facsimile representations of those signatures and seals,and such facsimile representations shall(rave the same force and effect as if manually affixed The facsimile representations referred to herem may be affixed by stamping,printing,typing,or photocopying." CERTIFICATE I,the undersigned,Assistant Secretary of Insurance Company of the West,Explorer Insurance Company,and Independence Camuulty and Surety Company,do hereby cerlrfy that the foregoing Power of Attorney is in fill force and effect,and has not been revoked,and that the above resolutions were d*adopted by the respective Boards of Directors of the Companies,and are now in full force IN WITNESS WHEREOF,I have set my hand this day o Cc . Jeffrey D Sweeney,Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the bower of Attorney Number,the above named individual(s)and details of the bond to which the power is attached For information or filing claims,please contact Surety Claims,ICW Group, 11455 El Camino Real,San Diego,CA 92130-2045 or call(858)350-2400 CONTRACT THIS AGREEMENT made in trip licate, Is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and &e ;-1,rt,,��4„► organized under the laws of the State of db2}h , located and doing business JL) + � 5 ;V ("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: 81st Avenue S. Storm Drain Revisions/Project Number: 08-3009 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 forty five (45) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing 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. 81st Ave. S. Storm Drain Rev/Fielding 23 August 7, 2008 Project Number: 08-3009 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 p P 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. 81st Ave. S. Storm Drain Rev/Fielding 24 August 7, 2008 Project Number: 08-3009 IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first hereinabove written. CITY OF KENT BY: SUZETTE COOKE, MAYOR DATE: ATTEST: BRENDA JACOBER, CITY ERK A ROVE O OR : �'VIVIIIIAAMAI LAY K T �J,' PARTMENT CONTRACTOR BY: PRINT NAME: hL., P /Kti" TITLE: P"J loQ�' — DATE: 4A/ae 81st Ave. S. Storm Drain Rev/Fielding 25 August 7, 2008 Project Number: 08-3009 WITNESS, if INDIVIDUAL OR PARTNERSHIP: STATE OF WASHINGTON ) ss COUNTY OF KING ) On this day of_ep� , 2001 , before me personally appeared 1g9 C& A=a and to me known to be P/ ej 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. NOTARY PUBLIC, in and for the State �%N �svm do 1"' of Washington, residing at � ,��. WA- 0 q��''��r�; My appointment expires �--2 JAI rZ. 711A/1d o 1pN one �: '�?'uo•sty! � �\. 81st Ave. S. Storm Dram Rev/Fielding 26 August 7, 2008 Project Number: 08-3009 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: 81st Ave. S. Storm Drain Rev/Fielding 27 August 7, 2008 Project Number: 08-3009 EXHIBIT A (continued) 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A NII. 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. 81st Ave. S. Storm Drain Rev/Fielding 28 August 7, 2008 Project Number: 08-3009 iTt Client#: 319811 ARCHECONI DATE ACORD- CERTIFICATE OF LIABILITY INSURANCE 09/05/2008 ' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Kibble&Prentice,a USI Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 601 Union Street,Suite 1000 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Seattle,WA 98101 206 441-6300 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER Zurich American Insurance Company 16535 Archer Construction,Inc. INSURER B Navigators Insurance Company 42307 � 7855 S.206th St INSURER C Kent,WA 98032 INSURER D INSURER E I 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 INSR POLICY EFFECTIVE POLICY EXPIRATION LTR INSRE PE OF INSURANCE POLICY NUMBER DATE MM DD DATE MM D LIMITS A GENERAL LIABILITY CP0399111105 04/01/08 04/01/09 EACH OCCURRENCE $1 00O 000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $300 OOO CLAIMS MADE a OCCUR MED EXP(Any one person) $1 O 000 PREMISES(Ea occuMM X —PC Ded: $5,000 PERSONAL&ADV INJURY $1 00O 000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG s2,000,000 POLICY X JECOT LOC A AUTOMOBILE LIABILITY CP0399111105 04/01/08 04/01/09 COMBINED SINGLE LIMIT $1,000,000 X ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS 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 $ B EXCESS/UMBRELLA LIABILITY SF08EXC232059NV 04/01/08 04/01/09 EACH OCCURRENCE s5,000,000 X OCCUR CLAIMS MADE AGGREGATE $5 00O 000 $ DEDUCTIBLE $ RETENTION $ $ ' WORKERS COMPENSATION AND CP0399111105 04/01/08 04/01/09 WORY C IIMIT OTH- EMPLOYERS'LIABILITY A ANY PROPRIETOR/PARTNER/EXECUTIVE WA Stop Gap Only EL EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? E L DISEASE-EA EMPLOYEE $1,000,000 It 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 81 st Avenue S.Storm Drain Revisions; City Project 08-3009.The City of Kent,its elected and/or appointed officials,its officers,employees,agents,volunteers and representatives are Additional Insured and coverage is primary and non-contributory per attached endorsement. *10 days notice of cancellation for non-payment of premium 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 3n* DAYS WRITTEN Public Works Department NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO$0 SHALL 220 4th Ave S IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Kent,WA 98032-5895 REPRESENTATIVES AUTHORIZED REPRESENTATIVE ACORD 25(2001/08)1 of 2 #S2831245/M2432419 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) DISCLAIMER 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. 1 l 1 t ACORD 25-S(2001/08) 2 of 2 #S2831245/M2432419 f Additional Insured — Automatic — Owners, Lessees Or Contractors ZURICH Policy No. £xp Date of M. Eff D e of End Agency No Addl. Pre.. Return Prem. CP03991111-05 1 4 1 2009 1 4 1 2008 62385-000 1 Incl . I N/A THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Archer Construction, Inc . Address(including Z11P Code): 7855 S . 206th Street, Kent, WA 98032 ` This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II—Who Is An Insured is amended to include as an insured any person or organization who you are re- quired to add as an additional insured on this policy under a written contract or writtenagreement. B. The insurance provided to the additional insured person or organization applies only to 'bodily injury", "property damage"or"personal and advertising injury"covered under SECTION I-Coverage A-Bodily Injury And Prop- erty Damage Liability and Section I- Coverage B-Personal And Advertising Injury Liability, but only with respect to liability for"bodily injury","property damage"or"personal and advertising injury"caused,in whole or in per,by: - 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf;and resulting directly from: a. Your ongoing operations performed for the additional insured,which is the subject of the written contractor written agreement or b. "Your work"completed as included in the"products-completed operations hazard",performed for the addi- tional insured,which is the subject of the written contract or written agreement. C. However,regardless of the provisions of paragraphs A.and B.above: 1. We will not extend any insurance coverage to anyadditional insured person or organization: a. That is not provided to you in this policy;or b. That is any broader coverage than you are required to provide to the additional insured person or organiza- tion in the written contract or written agreement;and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of: a. The Limits of Insurance provided to you in this policy;or b. The Limits of Insurance you are required to provide in the written contract or writtenagreement. Includes copyrighted material of Insurance Services Office,Inc,with its permission U-GLA 175-B CW(312007) Page 1 of i r D. The insurance provided to the additional insured person or organization does not apply to: "Bodily injury","property damage"or"personal and advertising injury"arising out of the rendering or failure to ren- der any professional architectural,engineering or surveying services including: 1. The preparing,approving or failing to prepare or approve maps,shop drawings,opinions,reports, surveys,field orders,change orders or drawings and specifications;and 2. Supervisory,inspection,architectural or engineering activities. r ) . The additional insured must see to it that: r 1. We are notified as soon as practicable of an'occurrence"or offense that may result in a claim.- 2. We receive written notice of a claim or"suit"as soon as practicable;and 3. A request for defense and indemnity of the claim or"suit'will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured,if the written contract or written agree- ment requires that this coverage be primary and non-contributory. F. For the coverage provided by this endorsement: 1. The following paragraph is added to Paragraph 4.a. of the Other Insurance Condition of Section IV—Com- mercial General Liability Conditions: This insurance is primary insurance as respects our coverage to the additional insured person or organization, where the written contract or written agreement requires that this insurance be primary and non-contributory. In that event,we will not seek contribution from any other insurance policy available to the additional insured on which the additional insured person or organization is a Named bsured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV--Com- mercial General LiabUlty Conditions: This insurance is excess over: Any of the other insurance,whether primary,excess,contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured by attachment of = an endorsement to another policy providing coverage for the same'occurrence",claim or"suit". 'Mis provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. G. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as written. Includes copyrighted material of insurance Services Office,Inc,with its permission. V-G41175 B CW(3/2007) Page 2 of 2 KENT SPECIAL PROVISIONS i TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms....................................................... 1-1 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 ..................................... . 1-9 1-06 Control of Material............................................................ 1-18 1-07 Legal Relations and Responsibilities to the Public.................. 1-21 1-08 Prosecution and Progress .................................................. 1-32 1-09 Measurement and Payment ............................................... 1-36 1-10 Temporary Traffic Control ................................................. 1-40 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions.............................. 2-1 2-03 Roadway Excavation and Embankment ............................... 2-4 2-06 Subgrade Preparation ....................................................... 2-5 2-07 Watering......................................................................... 2-5 1 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 7-04 Storm Sewers....................................... . 7-7 7-08 General Pipe Installation Requirements............................... 7-8 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control......................... 8-1 8-04 Curbs, Gutters, and Spillways ............................................ 8-13 8-14 Cement Concrete Sidewalks .............................................. 8-14 DIVISION 9 MATERIALS............................................................ 9-1 ' 9-03 Aggregates...................................................................... 9-1 9-13 Riprap, Quarry Spalls, Slope Protection, and Rock Walls........ 9-2 81st Ave. S. Storm Drain Rev/Fielding 1 August 7, 2008 Project Number: 08-3009 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE WSDOT STANDARD PLANS.............................................................. A-1 TRAFFIC CONTROL PLANS .............................................................. A-2 CHECKVALVE ................................................................................. A-3 PREVAILING WAGE RATES.............................................................. A-4 1 1 81st Ave. S. Storm Drain Rev/Fielding 2 August 7, 2008 Project Number: 08-3009 r KENT SPECIAL PROVISIONS r 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 include references which do not apply to this particular project. DIVISION 1 - GENERAL REQUIREMENTS L1-01 DEFINITIONS AND TERMS rSECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General 1 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 BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.3 Definitions 81st Ave. S. Storm Drain Rev/Fielding 1 - 1 August 7, 2008 Project Number: 08-3009 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 Details ' 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 t 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 2 August 7, 2008 , Project Number: 08-3009 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." 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 1 SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract Documents. The City of Kent 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 WITH 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 Invitation to Bid. 81st Ave. S. Storm Drain Rev/Fielding 1 - 3 August 7, 2008 Project Number: 08-3009 SECTION 1-02.4(1) IS SUPPLEMENTED BY REVISING 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. SECTION 1-02.4(2) IS SUPPLEMENTED BY ADDING 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 if any, used for design of this I project is available for review by the bidder at the following address: City of Kent Public Works Engineering Department 400 W. Gowe Street, Second Floor Kent, WA 98032 ' SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City of Kent upon furnishing a non- refundable payment as specified in the "Invitation to Bid." 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 BY ADDING 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 UNIT PRICES MUST BE STATED IN BOTH ' WORDS AND FIGURES. 81st Ave. S. Storm Drain Rev/Fielding 1 - 4 August 7, 2008 , Project Number: 08-3009 w SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS REVISED BY DELETING THE WORDS "CERTIFIED CHECK". 1-02.7 Bid Deposit SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, 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 prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING 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 BY DELETING THE LAST TWO PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 81st Ave. S. Storm Drain Rev/Fielding 1 - 5 August 7, 2008 Project Number: 08-3009 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, I 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. 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 l award made to the next lowest, responsive, responsible Bidder. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH 1160 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract 1 SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract The form of contract that the successful bidder, as the Contractor, will be t 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 i 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 I 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 6 August 7, 2008 Project Number: 08-3009 Until the City executes a contract, no proposal shall bind the City nor shall any work 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 BY ADDING 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. 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 WITH THE FOLLOWING: 1-03.7 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 WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform 81st Ave. S. Storm Dram Rev/Fielding 1 - 7 August 7, 2008 Project Number: 08-3009 that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD 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 7 IN 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 SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH. SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH 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 FIRST PARAGRAPH AND REPLACING IT 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 81st Ave. S. Storm Drain Rev/Fielding 1 - 8 August 7, 2008 , Project Number: 08-3009 SECTION 1-04.9 IS DELETED AND REPLACED WITH 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. DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-05 CONTROL OF WORK 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 9 August 7, 2008 Project Number: 08-3009 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: 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 t 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 i alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 81st Ave. S. Storm Drain Rev/Fielding 1 - 10 August 7, 2008 Project Number: 08-3009 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. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50 foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 81st Ave. S. Storm Drain Rev/Fielding 1 - 11 August 7, 2008 Project Number: 08-3009 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 1 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. S. 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. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. i 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 PP sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet , is supplied. The Contractor, at his own expense, shall stake all other items not listed t 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 i 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: 81st Ave. S. Storm Drain Rev/Fielding 1 - 12 August 7, 2008 Project Number: 08-3009 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. An stake deemed to be damaged or disturbed b construction activity b Y 9 Y Y Y 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. 1-05.8 City 9'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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 13 August 7, 2008 Project Number: 08-3009 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 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 1-05.10 IS 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 t 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 WITH 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 l 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. , 81st Ave. S. Storm Drain Rev/Fielding 1 - 14 August 7, 2008 Project Number: 08-3009 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. 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, 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 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 Iachieving 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 15 August 7, 2008 Project Number: 08-3009 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 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 l 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 b the Engineer, shall not P P � q Y 9 affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. i SECTION 1-05.12 IS DELETED AND REPLACED WITH 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 ' 81st Ave. S. Storm Drain Rev/Fielding 1 - 16 August 7, 2008 Project Number: 08-3009 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 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 BY DELETING 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 17 August 7, 2008 Pro)ect Number: 08-3009 SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation with Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: N/A SECTION 1-05IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered 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 ( ) P SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW i SECTIONS: 1-06.7 Submittals i 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. ' 81st Ave. S. Storm Dram Rev/Fielding 1 - 18 August 7, 2008 Pro]ect Number: 08-3009 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals 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. 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 inadequate or incomplete 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: 81st Ave. S. Storm Drain Rev/Fielding 1 - 19 August 7, 2008 Project Number: 08-3009 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, 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. 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 i explain its advantages and/or disadvantages to the City. 3. State the reduction in Contract Price, if any, which is offered to the City. 81st Ave. S. Storm Drain Rev/Fielding 1 - 20 August 7, 2008 Project Number: 08-3009 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 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 WITH THE FOLLOWING: 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal State or local laws Y PY � , codes, 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 21 August 7, 2008 Project Number: 08-3009 SECTION 1-07.2 IS DELETED AND REPLACED WITH 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 l 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 i WAC 458-20-171, and its related rules apply to building, repairing, or s 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. 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 ' 81st Ave. S. Storm Drain Rev/Fielding 1 - 22 August 7, 2008 Pro]ect Number: 08-3009 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 BY ADDING THE FOLLOWING: 1-07.6 Permits and Licenses The City of Kent has obtained the following permits: None 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. Promptly notify the City of Kent in writing of an variance in the contract P Y fY Y 9 Y 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 23 August 7, 2008 Project Number: 08-3009 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 , SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage 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 BY DELETING 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 BY 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 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 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 24 August 7, 2008 Project Number: 08-3009 SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or 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(4) Payment L 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 Imaintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall notify all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 25 August 7, 2008 Project Number: 08-3009 Puget Sound Energy Comcast Contact: Anita Yurovchak Contact: Jim Nies (253) 381-6714 (253) 571-8893 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 WITH THE FOLLOWING: 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project agreement, which constitute the Contractor's insurance requirements for this project. 1-07.23 Public Convenience and Safety ' SECTION 1-07.23(1) IS DELETED AND REPLACED WITH 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 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 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 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 t systems in operation as the work proceeds. The City will continue routine maintenance on these traffic signal and lighting systems. 81st Ave. S. Storm Drain Rev/Fielding 1 - 26 August 7, 2008 Project Number: 08-3009 3. Maintain the striping and other channelization markings on the roadway at the 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. 4. Maintain existing permanent signing. Repair of signs will be at the City's expense, except those damaged due to the Contractor's operations. i 5. Keep drainage structures clean to allow for free flow of stormwater. i 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 1 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 9property ri hts of abuttinowners, the Contractor shall: 9 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; 81st Ave. S. Storm Dram Rev/Fielding 1 - 27 August 7, 2008 Project Number: 08-3009 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 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 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 1 the drop-off. The maximum spacing between the devices in feet shall be the posted speed limit in miles per hour. 81st Ave. S. Storm Drain Rev/Fielding 1 - 28 August 7, 2008 Project Number: 08-3009 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. 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 1 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 29 August 7, 2008 Project Number: 08-3009 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 WITH THE FOLLOWING: 1-07.23(2) Construction and Maintenance of Detours 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: 1. Detours and detour bridges that will accommodate traffic diverted ' from the roadway, street, bridge, sidewalk, pedestrian or bicycle path during construction, ' 2. Detour crossings of intersecting highways, streets, or roads, and 3. 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 BY ADDING 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 30 August 7, 2008 Project Number: 08-3009 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 providing and 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 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. 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 81st Ave. S. Storm Drain Rev/Fielding 1 - 31 August 7, 2008 Project Number: 08-3009 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 WITH THE FOLLOWING: 1-07.24 Rights of Way , Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. , It is anticipated that the City 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. The Contractor shall not proceed with any portion of the work in areas , where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or , easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: , 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor an other official officer or employee ' Y 9 Y of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, , they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW ' SECTION: 1-08.0 Preconstruction 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 Invitation to Bid. 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 81st Ave. S. Storm Drain Rev/Fielding 1 - 32 August 7, 2008 , Project Number: 08-3009 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. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. 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 1 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 33 August 7, 2008 Project Number: 08-3009 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 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: ' 9 Y First day of January, third Monday of January, third Monday of February, ' last Monday of May, fourth day of July, first Monday of September, 11th 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 34 August 7, 2008 ' Project Number: 08-3009 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. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the ' City'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. SECTION 1-08.S IS REVISED BY DELETING PARAGRAPHS 2 THROUGH 6 AND REPLACING WITH THE FOLLOWING: 1-08.5 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 81st Ave. S. Storm Drain Rev/Fielding 1 - 35 August 7, 2008 Project Number: 08-3009 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 including all storm pipe installation, ditch excavation, submersible pump removal, 2" PVC conduit and check valve installation are complete. , SECTION 1-08.8 IS REVISED BY DELETING ITEMS I THROUGH 6 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the , q 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. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(i) IS REVISED BY REPLACING "TRUCKS AND TICKETS" ' WITH THE FOLLOWING: 81st Ave. S. Storm Drain Rev/Fielding 1 - 36 August 7, 2008 Project Number: 08-3009 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. The vehicle operator shall deliver the ticket in legible condition to the P 9 material receiver at the material delivery point. SECTION 1-09.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.9 Payments 1-09.9(1) 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: 1. 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 81st Ave. S. Storm Drain Rev/Fielding 1 - 37 August 7, 2008 Project Number: 08-3009 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. 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). 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. an Retaina9 a will not be reduced for reason below the minimum limit Y 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 38 August 7, 2008 Project Number: 08-3009 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 WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of taction 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 1 arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the Standard Specifications and any special provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the 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 81st Ave. S. Storm Drain Rev/Fielding 1 - 39 August 7, 2008 Project Number: 08-3009 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 BY ADDING THE FOLLOWING: 1-10.1 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. , SECTION 1-10.2(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.2(i) General It is the Contractor's responsibility to plan, conduct and safely perform , the work. 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 implementation of approved Traffic Control Plans (TCP's) provided by the TCM. , 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 9 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 81st Ave. S. Storm Drain Rev/Fielding 1 - 40 August 7, 2008 Project Number: 08-3009 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 WITH 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. 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 41 August 7, 2008 Project Number: 08-3009 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 WITH 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 after notification by the Engineer. The TCS's duties shall include: 1. Inspecting traffic control devices and night time lighting for proper location, 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). 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 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. 5. Ensuring that all needed traffic control devices are available and In good working condition prior to the need to install those devices. 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 81st Ave. S. Storm Drain Rev/Fielding 1 - 42 August 7, 2008 Project Number: 08-3009 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 WITH 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 WITH 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, 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, ' 81st Ave. S. Storm Drain Rev/Fielding 1 - 43 August 7, 2008 Project Number: 08-3009 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 JCS) shall be final. THE LAST TWO SENTENCES IN THE FOURTH PARAGRAPH OF SECTION 1- 10.2(3) ARE DELETED AND REPLACED WITH 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 WITH 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 BY ADDING THE FOLLOWING: 1-10.3(i) Traffic Control Labor Flaggers shall be equipped 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. 1-10.3 3 Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1 1-10.3(3)A Construction Signs All signs required b the Traffic Control Plans TCP's approved b the 9 G Y ( ) PP Y City's Traffic Control Supervisor, as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The t 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 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, 81st Ave. S. Storm Drain Rev/Fielding 1 - 44 August 7, 2008 ' Project Number: 08-3009 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 9 � P PP � 9 Y 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 WITH THE FOLLOWING: 1-10.3(3)B Sequential Arrow Signs (SAS) When an approved Traffic Control Plan TCP includes the Sequential PP ( ) G 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 81st Ave. S. Storm Drain Rev/Fielding 1 - 45 August 7, 2008 Project Number: 08-3009 r b. A flashing Double Arrow mode; and c. A flashing Caution mode. , 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. 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 BY ADDING THE FOLLOWING: 1-10.3(3)C Portable Changeable Message Sign The PCMS shall meet the requirements of the MUTCD and the following: The PCMS shall employ one of the following technologies: p Y 9 9 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. t 81st Ave. S. Storm Drain Rev/Fielding 1 - 46 August 7, 2008 , Project Number: 08-3009 2. Have a display consisting of individually controlled pixels no larger than 2 1/2 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. 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 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 47 August 7, 2008 Project Number: 08-3009 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 distances from all of the approach lanes. , 2. Each phase of the PCMS message will be limited to no more than two displays. 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 BY ADDING 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 BY ADDING THE FOLLOWING: 1-10.3 3 E Traffic Safety( ) Y 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 1 Overall Width: 18 inch minimum in theit ion traffic If "d ect (s) of t a Ic flow. the front to back dimension is less than 18 inches, only those drums specifically approved by the Engineer will be permitted. 81st Ave. S. Storm Drain Rev/Fielding 1 - 48 August 7, 2008 ' Project Number: 08-3009 Shape: Rectangular, hexagonal, circular, or flat-sided semi-circular. Color: The base color of the drum shall be fade resistant safety orange. I 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 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 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 1 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. 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 49 August 7, 2008 Project Number: 08-3009 SECTION 1-10.3(3)F IS SUPPLEMENTED BY ADDING 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)1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.3(3)3 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 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) L 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 laced at the 9 P 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 50 August 7, 2008 ' Project Number: 08-3009 SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Impact Attenuator �i The Impact Attenuators shall be installed in accordance with the details shown in the MUTCD, and approved Traffic Control Plan (TCP). The impact attenuators shall be NCHRP 350 compliant, and the Contractor shall provide verification of this requirement. SECTION 1-10.4 IS DELETED AND REPLACED WITH 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 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. 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 Traffic Control Devices. 81st Ave. S. Storm Drain Rev/Fielding 1 - 51 August 7, 2008 Pro)ect Number: 08-3009 Contractor Piloted Traffic Control will be by the hour for any one pilot car control 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 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) 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 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 a quantity for Traffic Safety Drums will be the maximum pay Y Y 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. Type III Barricades will be measured per each. The final pay quantity for Type III barricades will be the maximum number of 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 52 August 7, 2008 Project Number: 08-3009 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 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the 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. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B. 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. 81st Ave. S. Storm Drain Rev/Fielding 1 - 53 August 7, 2008 Project Number: 08-3009 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 "Sequential Arrow Sign (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1-10.3(8). The operator of this device will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the 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: 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. 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. i 81st Ave. S. Storm Drain Rev/Fielding 1 - 54 August 7, 2008 ' Project Number: 08-3009 DIVISION 2 - EARTHWORK WORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements The City has identified the following materials that are marked for removal, but that will be salvaged as part of this project: 1. None All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 1 81st Ave. S. Storm Drain Rev/Fielding 2 - 1 August 7, 2008 Project Number: 08-3009 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement Surface Integrity is to be Maintained In removing traffic islands and/or traffic curbs the Contractor shall: 1. Haul broken-up pieces and complete sections of traffic curbs and all waste materials to an off-project site, unless otherwise directed by j the Engineer, or permitted by the Special Provisions. 2. Completely remove all block traffic curbs, pre-cast traffic curbs, connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the compacted subgrade, or to the surface of the underlying pavement where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, and fill any surface voids caused by the removal work. 5. Repair any damage to adjacent traffic curbs that were designated to remain, but that was caused by the removal of the traffic curbs. 6. Remove and dispose of all waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per lineal foot for "Removing Existing Storm Sewer Pipe or Culvert" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing storm pipe or culvert as shown on the plans and described in the specifications. The unit bid price shall also include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow, and compaction. 81st Ave. S. Storm Drain Rev/Fielding 2 - 2 August 7, 2008 ' Project Number: 08-3009 The unit price contract price per lineal foot for "Saw Cut Existing Asphalt Concrete Pavement" constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: (Encountered thickness - 6 inches) x unit bid price =6 inches additional compensation For example, if the Contractor encounters pavement to be removed P 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 $2.00 _ $0.67/LF in addition to the unit bid price. No other compensation hall b allowed.p s e a d. 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 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 lump sum for "Remove Existing Submersible Pump from Catch Basin" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing submersible pump and cabinet from the existing catch basin and disconnection from the existing 6" dia. D.I. pipe at the location shown on the plans and as described in the specifications. The price also includes disposal off-site and additional costs for overtime work when working on weekends. The Contractor shall coordinate with Public Works Operations and notify Tom Iverson at (253) 740-8450 a minimum of 48 hours prior to scheduling electrical disconnect work. 81st Ave. S. Storm Drain Rev/Fielding 2 - 3 August 7, 2008 Project Number: 08-3009 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the 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 BY ADDING THE FOLLOWING: Compaction 2-03.3 14 D action and Moisture Control Tests ( ) P Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. SECTION 2-03.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.5 Payment The unit contract price per cubic yard for "Ditch Excavation, Including t Haul" constitutes complete compensation for all labor, tools, supplies and equipment necessary for and incidental to excavating the ditch in accordance to the grades shown on the plans and described in the ' specifications. The cost for this item includes but is not limited to: excavating, loading, hauling, placing, or otherwise disposing of the material. The unit contract price per lump sum for "Removal/Install 2" Diameter Power Conduit" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary or incidental to excavate, remove and dispose of the existing 2" diameter PVC conduit, wiring and associated appurtenances from the power pole to the pump station electrical panel. This work shall include but not be limited to: procurement and installation of 2" diameter PVC schedule 80 conduit and associated appurtenances at a minimum depth of 3.0' as directed by the Engineer, coordination with PSE for the power disconnect, installation of a string line, trench backfill, compaction, obtaining permits, passing all required tests and electrical inspection. 81st Ave. S. Storm Drain Rev/Fielding 2 - 4 August 7, 2008 Project Number: 08-3009 2-06 SUBGRADE PREPARATION SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.S IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City of Y 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 Center at 400 West Gowe Street (253) 856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged 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 1 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 81st Ave. S. Storm Drain Rev/Fielding 2 - 5 August 7, 2008 Project Number: 08-3009 required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. The Contractor shall provide, at his expense, a gate valve for the purpose of throttling the water flow. This valve shall be installed between the hydrant meter and the Contractor's equipment or other use. l I 81st Ave. S. Storm Drain Rev/Fielding 2 - 6 August 7, 2008 Project Number: 08-3009 VI 4 - BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements SECTION 4-04.3 2) IS SUPPLEMENTED T( BY ADDING 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(S) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements ' The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.S IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment "Crushed Surfacing Top Course, 5/8 Inch Minus" "Crushed Surfacing Base Course, 1 1/4 Inch Minus" The unit contract price per ton for the above 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. 81st Ave. S. Storm Drain Rev/Fielding 4 - 1 August 7, 2008 Project Number: 08-3009 DIVISION 5 - SURFACE TREATMENTS AND PAVIEMENTS 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 utilityconstruction conforms to the line and grade requirements of 9 q 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 BY ADDING 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 BY ADDING 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 1/2" 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. SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: 1. Asphalt Cement and Gradation: Extraction tests shall be taken every 500t tons 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. 81st Ave. S. Storm Drain Rev/Fielding 5 - 1 August 7, 2008 Project Number: 08-3009 3. The Contractor is responsible to meet the required compacting asphalt cement 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 BY ADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing Asphalt concrete Class 1/2" 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 1/2" 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 BY ADDING THE FOLLOWING: 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). 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 WITH THE FOLLOWING: 5-04.3(10)B Control !' For Asphalt Concrete Class 1/2", 1", 3/4" and 3/8", 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. 81st Ave. S. Storm Drain Rev/Fielding 5 - 2 August 7, 2008 Project Number: 08-3009 Cores used to check density will be approved only when designated by the Engineer. At the start of paving, if requested by the Contractor, a compaction 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). Asphalt concrete Class 3/8" and preleveling mix shall be compacted to 92 percent of the maximum density. 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 BY ADDING THE FOLLOWING NEW SECTIONS: 5-04.3(22) Temporary Pavement Temporary pavement including trench patches shall be installed where P rY P 9 specified by the Engineer. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "HMA Class 1/2", PG 64-22" 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. Payment shall be made upon actual square yards planed, regardless of the full planing capacity of the equipment used. The unit contract price per ton for "Cold Plant Mix for Temporary Pavement Patch" 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. 81st Ave. S. Storm Drain Rev/Fielding 5 - 3 August 7, 2008 Project Number: 08-3009 SECTION 5-04.5 IS REVISED BY DELETING 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 ! t 1 81st Ave. S. Storm Drain Rev/Fielding 5 - 4 August 7, 2008 Project Number: 08-3009 DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7-00 GENERAL REQUIREMENTS 7-00.1 Requirements for All Utilities The following requirements apply to all underground utility or conduit installations. 7-00.1(3) Construction Requirements for All Utilities 7-00.1(3)A Dewatering Pipe trenches shall be kept free from water during excavation, pipe laying and jointing, and pipe embedment, in an acceptable manner. Surface water shall be diverted, and ground water shall be kept pumped down, or otherwise removed, to the extent necessary to keep the trench free from water and the bottom stable. Before trenching operations begin, the Contractor shall have available on the site of the work sufficient pumping equipment and/or other machinery to assure that the provisions of the above paragraph can be maintained. Additional measures may be necessary to insure proper construction conditions, including such items as allowable ditch widths. They shall be the responsibility of the Contractor. If well points are used, they shall 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 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. 81st Ave. S. Storm Drain Rev/Fielding 7 - 1 August 7, 2008 Project Number: 08-3009 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. S. 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 PP 9 9 PP 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. 81st Ave. S. Storm Drain Rev/Fielding 7 - 2 August 7, 2008 Project Number: 08-3009 7-00.1(3)C Adjustment, Resetting and Relocation of Utilities Adjustment or resetting of existing improvements to finished grades or new improvements including but not limited to catch basins, manholes, utility valves, water meter boxes and/or assemblies, blowoffs, grates, cleanouts, monument cases and covers in accordance to the plans and Specifications of the Contract or as directed by the Engineer shall be 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 overiayed, 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. 81st Ave. S. Storm Drain Rev/Fielding 7 - 3 August 7, 2008 Project Number: 08-3009 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 i 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 9 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 excavationshall in clude the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. 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. 81st Ave. S. Storm Drain Rev/Fielding 7 - 4 August 7, 2008 Project Number: 08-3009 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 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. 81st Ave. S. Storm Drain Rev/Fielding 7 - 5 August 7, 2008 Project Number; 08-3009 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 sewer line will not be an acceptable means of repair, should repair be necessary. 7-00.2(3)F Pipe Laying, Jointing and Testing L 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. 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 Citystorm 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 place prior to TV inspection. Casting and the top rings must be removed for paving, and grouted in i place after paving. 81st Ave. S. Storm Drain Rev/Fielding 7 - 6 August 7, 2008 Pro)ect Number: 08-3009 7-04 STORM SEWERS THE FIRST PARAGRAPH OF SECTION 7-04.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-04.2 Materials The following pipe types and materials are accepted for drains, culverts, and storm sewers for this project. The Contractor has the option of choosing the material except for those pipes specified on the plans to be a specific material. Reinforced Concrete Pipe (RCP) Class IV ...... 9-05.7(2) PVC Pipe .................................................. 9-05.12(1) Ductile Iron Pipe Class 50........................... 9-05.13 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.3(1)A General All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. SECTION 7-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW ISECTION: 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. 81st Ave. S. Storm Drain Rev/Fielding 7 - 7 August 7, 2008 Project Number: 08-3009 SECTION 7-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.5 Payment The unit contract price per lineal foot for "Ductile Iron Storm Sewer Pipe, 8" 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 as described in the specifications. The bid item price includes but is not limited to: trench excavation, concrete blocking, 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. The unit contract price per lump sum for "Install 18" Diameter Check Valve in 96" Dia. Catch Basin" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the Tideflex Series 37G check valve or an approved equal in the 18" diameter storm pipe inside the 96" catch basin at the location shown on the plans per manufacturer's requirements as described in the specifications. The price shall also include additional costs for overtime , work when working on weekends, cleaning the 18" diameter storm pipe, temporary plugs and bypass pumping of storm water as required. See Check Valve detail in Appendix 3. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS SECTION 7-08.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.2 Materials All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the 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: i 81st Ave. S. Storm Dram Rev/Fielding 7 - 8 August 7, 2008 , Project Number: 08-3009 Hot Mix Asphalt.................................. 5-04.2 Storm Sewers.................................... 7-04.2 Crushed Surfacing . . 9-03.9(3) Gravel Backfill for Pipe Zone Bedding .... 9-03.12(3) Gravel Borrow.................................... 9-03.14(1) Gravel Backfill for Foundation............... 9-03.17 Bank Run Gravel for Trench Backfill ...... 9-03.19 SECTION 7-08.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)A Trenches If well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the Contractor shall be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in an approved gradual manner. The Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. 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. 1. Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. 81st Ave. S. Storm Drain Rev/Fielding 7 - 9 August 7, 2008 Project Number: 08-3009 t Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I or II meeting the requirements of Section 9-03.17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)C Bedding the Pipe Bedding shall be placed in accordance with Standard Plan B-155.20.00. 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 j 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 BY ADDING THE FOLLOWING: 7-08.3(2)B Pipe Laying - General At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF Styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower 81st Ave. S. Storm Drain Rev/Fielding 7 - 10 August 7, 2008 Project Number: 08-3009 pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)G Jointing of Dissimilar Pipe Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). SECTION 7-08.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)H Sewer Line Connections Where indicated on the plans or where directed by the Engineer, 1 connections shall be made to the existing storm drain/sewer systems by the Contractor in accordance with applicable portions of the Standard Specifications and Kent Special Provisions in a workmanlike manner satisfactory to the Engineer. SECTION 7-08.3(3) IS SUPPLEMENTED BY ADDING 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. 81st Ave. S. Storm Drain Rev/Fielding 7 - 11 August 7, 2008 Project Number: 08-3009 SECTION 7-08.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(4) Plugging Existing Pipe Existing pipes being plugged shall be plugged with concrete at both ends and shall otherwise be in accordance with Section 7-08.3(4) of the Standard Specifications. SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(5) Street Restoration Unless otherwise shown on the plans, street restoration shall be in accordance with the following requirements: Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct , the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4-inches crushed surfacing base course. In all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 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. 81st Ave. S. Storm Drain Rev/Fielding 7 - 12 August 7, 2008 Project Number: 08-3009 All gravel shoulders shall be restored to their original condition and shape. The Contractor shall spread a 2 inch thick layer of crushed surfacing on the shoulder. The shoulder shall be finished with a grader after backfilling and compacting and before spreading the crushed surfacing. Permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the 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 ZS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-08.4 Measurement Gravel backfill for foundation and gravel backfill for pipe zone bedding shall be measured by the ton, including haul. SECTION 7-08.5 ZS SUPPLEMENTED BY ADDING 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 B-55.22-00. 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. 81st Ave. S. Storm Drain Rev/Fielding 7 - 13 August 7, 2008 Project Number: 08-3009 DIVISION - MISCELLANEOUS CONSTRUCT 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these 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 problem. 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 WITH 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 Fertilizer................................8-01.3(2)B Mulch and Amendments ..........8-01.3(2)D Tackifier................................8-01.3(2)E Straw Bale Barrier ..................8-01.3(9)C Quarry Spalls. .9-13 81st Ave. S. Storm Drain Rev/Fielding 8 - 1 August 7, 2008 Project Number: 08-3009 8-01.3 Construction Requirements SECTION 8-01.3(1) IS DELETED AND REPLACED WITH 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; S. 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; 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 81st Ave. S. Storm Drain Rev/Fielding 8 - 2 August 7, 2008 ' Project Number: 08-3009 Management Practices (BMPs) to prevent sediments and other debris from entering into the storm drainage 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 p 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 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. 81st Ave. S. Storm Drain Rev/Fielding 8 - 3 August 7, 2008 Project Number: 08-3009 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 deficiencies observed by the Engineer or the governmental agency. These measures 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 expose more than 5 acres of erodible earth between October 1 and t 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. 81st Ave. S. Storm Drain Rev/Fielding 8 - 4 August 7, 2008 ' Project Number: 08-3009 i 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. 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 B-01.3(I)A IS SUPPLEMENTED BY ADDING 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. 81st Ave. S. Storm Drain Rev/Fielding 8 - 5 August 7, 2008 Project Number: 08-3009 SECTION 8-01.3(1)C IS REVISED BY DELETING ITEM 1 AND REPLACING , WITH THE 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 BY ADDING 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. All costs for this work shall be included in the various unit contract bid ' prices. 8-01.3(2) Seeding, Fertilizing and Mulching ' SECTION 8-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing 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 81st Ave. S. Storm Drain Rev/Fielding 8 - 6 August 7, 2008 Project Number: 08-3009 broadcast over areas to be 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. 1 Hydroseeding 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. iGrass 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. 81st Ave. S. Storm Drain Rev/Fielding 8 - 7 August 7, 2008 Project Number: 08-3009 The Contractor shall protect seed from hydration, contamination, ' and heating during delivery, storage, and handling. Store seed in cool dry location away from contaminants. , Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. , Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In , addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. , 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 D and2 requirements of Sections 8-01.3 , q ( ) 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. 81st Ave. S. Storm Drain Rev/Fielding 8 - 8 August 7, 2008 , Project Number: 08-3009 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: ' EROSION CONTROL: Seed 170lbs/acre Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION B-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the Standard Specifications shall be applied to all seeded areas on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. 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, 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 B-01.3(2)E IS SUPPLEMENTED BY ADDING 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. 81st Ave. S. Storm Drain Rev/Fielding 8 - 9 August 7, 2008 Project Number: 08-3009 SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of , seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1. Where contract timing is appropriate, seeding, , fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION B-01.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets , and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than ' one square foot. SECTION 8-01.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding ' p P P 9 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 t SECTION 8-01.3(9)C IS SUPPLEMENTED BY ADDING 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. 81st Ave. S. Storm Drain Rev/Fielding 8 - 10 August 7, 2008 ' Project Number: 08-3009 SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING 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. SECTION 8-01.3(15) IS SUPPLEMENTED BY ADDING 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. G P 9 jSECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(17) Temporary Sediment Trap The Temporary Sediment Traps shall be constructed in accordance with the details 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. 81st Ave. S. Storm Drain Rev/Fielding 8 - 11 August 7, 2008 Project Number: 08-3009 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. , 8-01.3(19) Failure to Perform TESCP If the Contractor fails to install the required TESCP measures or to q , perform 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 BY ADDING 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 contract price per acre for "Seeding, Fertilizing and Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: a. All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. b. All biofiltration swales. C. Detention pond site. d. Other areas as directed by the Engineer. , 81st Ave. S. Storm Drain Rev/Fielding 8 - 12 August 7, 2008 , Project Number: 08-3009 Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit bid price per each straw bale used for "Straw Bales for Drainage Way Barrier" constitutes complete compensation for all materials, tools, labor and equipment required for supply, removal and disposal, placement and grading to install the straw bale drainage barriers (up to ' three straw bales per drainage barrier) 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 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. Reference WSDOT Standard Plan I-40.20-00 in Appendix 1. 8-04 CURBS, GUTTERS, AND SPILLWAYS SECTION 8-04.3 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.3(i) Cement Concrete Curbs, Gutters and Spillways The City will provide control staking in accordance with Section 1-05.5(6) of the Kent Special Provisions. If the curb and gutter flow line is found to deviate from the flow line ' shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SECTION 8-04.4 IS SUPPLEMENTED BY ADDING 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 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment Add the following to Section 8-04.5 of the Standard Specifications: 81st Ave. S. Storm Drain Rev/Fielding 8 - 13 August 7, 2008 Project Number: 08-3009 "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. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description This work shall also consist of constructingwheel chair ramps at all street ' p 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. After trowling and before installing the contraction joints or perimeter i 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. Sidewalk ramps shall be of the type specified in the plans. The detectable warning pattern shall have the truncated dome shape shown in the Standard Plans and may be formed by either embossing the wet ' concrete, adding a manufactured material after the concrete has cured, or installing masonry or ceramic tiles. When masonry or ceramic tiles are used, the Contractor shall block out the detectable warning pattern area to the depth required for installation of the tiles and finish the construction of the concrete ramp. After the concrete has set and the forms have been removed, the Contractor shall install the tiles using , standard masonry practices. The two-foot wide detectable warning pattern area on the ramp shall be yellow and shall match the color of "Standard Interstate Yellow" paint as specified in Formula K-2-83. Yellow masonry paint for precast curbs, Formula H-3-83, may be used for truncated dome patterns embossed into the concrete surface. 81st Ave. S. Storm Drain Rev/Fielding 8 - 14 August 7, 2008 , Project Number: 08-3009 SECTION 5-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.5 Payment LAdd the following to Section 8-14.5 of the Standard Specifications: The unit contract price per square yard for "Cement Concrete Sidewalk" constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk 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 the sidewalk that are disturbed from sidewalk forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. 81st Ave. S. Storm Drain Rev/Fielding 8 - 15 August 7, 2008 Project Number: 08-3009 DIVISION 9 - MATERIALS 9-03 AGGREGATES SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: 9-03.12(3) Gravel Backfill for Pipe Zone Bedding Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: Sieve Size Passing 3/4 Inch 1000/0 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 WITH THE FOLLOWING: ' 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 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. 81st Ave. S. Storm Drain Rev/Fielding 9 - 1 August 7, 2008 Project Number: 08-3009 * The maximum size of stone for geosynthetic reinforced walls or slopes , shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 percent passing 1 inch square sieve. All other sieve values continue to , apply. SECTION 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING: ' 9-03.17 Foundation Material Class 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 Passin Sieve Size Class I Class II 6" square 100 --- , 4" square --- 100 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max All percentages are by weight. , In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of , recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. , Adsorption 3% max (Corps of Engineers CRD-C-107) ' Accelerated Expansion (15) days 15% max Soundness 5% max loss ' Density (solid volume) 155 pcf min , Specific Gravity 2.48 min 9-13 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK WALLS t SECTION 9-13 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW ' SECTION: 81st Ave. S. Storm Drain Rev/Fielding 9 - 2 August 7, 2008 , Project Number: 08-3009 9-13.8 Rock for Ditches Rocks for ditches shall meet the following requirements for grading: Sieve Size Percent Passing 12" 95 to 100 6" 40 to 60 3" 10 to 20 1 3/4" 0 to 5 81st Ave. S. Storm Drain Rev/Fielding 9 - 3 August 7, 2008 Project Number: 08-3009 WSDOT STANDARD PLANS DRAINAGE STRUCTURES AND HYDRAULICS B-55.22-00 Pipe Zone Bedding and Backfil) ROADSIDE AND SITE DEVELOPMENT I-40.20-00 Storm Drain Inlet Protection 81st Ave. S. Storm Dram Rev/Fielding A - 1 August 7, 2008 Project Number: 08-3009 xon niAWv l IRYtYfYOI 0 aw1ouaurroumw.aar � �u��er�inm�w u�v awa�wu�i � .w.�ao>�mYwa„�raaxoxwau ua Z N 3 g n � J mNZ c5 % ma 1p 1 3NOZ 3dld 2 E 40 1� pr .9 39w%99 .9 8 G ul w h W 1IL d d 0ca 2 N 10 V' � Z J W J 6 6 }, o � W 8 8 8 8 8 8 Ui9-1 _ J w o yaw a c=i z l __ "w d � 0EL a 3NOZ 3dld C�, O 0 Oo 3NOZ 3dld 3NOZ 3d)d J W OO co d .9 00 .9 .9 9i99 %OB .9 .9)OC .B _ Wau o 0 W C ILo^ OZ' R IT a o Z O W c 0On W 0 W W OZR V 9eoR 0 ° R w 3q Jim Rl s` gle I g... Jim 4 m d I� m � o {� c m - E N c hi a ILme � a8i 8 a 2 w U Om iW W� m K i 1 SU O o o ° w w ° o ° Iw w oaoAAo vsn Ae w mi TRAFFIC CONTROL PLANS j 81st Ave. S. Storm Drain Rev/Fielding A - 2 August 7, 2008 Project Number: 08-3009 81 st Ave So/So 196th St I I NORTHBOUND LANE RESTRICTIONS N Storm Drain Revision I I KENT 4,POSte I I Typical Right Lane Closure E Speed I with 2nd lane shift 1 I Right two lanes closed Northbound 84th Ave So (E. Valley Rd.). S Lik Traffic to shift into center 2 way turn lane. I III area. traffic unimpeded. No left turns allowed adjacent to 1 work area. 1 day weekend job. Duration-4hre I Reason for closure: To create clear work area for Vehicle placement ,n roadway 2 N8 lanes for Manhole inspection& 1 maintenance Work on East Side. 40 I GENERAL NOTES 1 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE P I I AND CITY OF KENT SPECS. Z I I 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMER( ROAD i I VEHICLES SHALL BE PROVIDED AT ALL TIMES. WORK I I 3. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE. �y W20-1 AHEAD X 3so, I I 4. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. 5. ALL SIGNS 48" X 48" B/O UNLESS OTHERWISE SPECIFIED. 6. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC CONES. 1 (see TABLE 1 for spacing distances). W9.< 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE W9 3 350' I 4 I INTERSECTIONS AND/OR DRIVEWAYS. 1 8. ALERT AFFECTED RESIDENTS AND BUSINESSES So. 196th St I I _200Advance warning sign (W20-1) Z��H EAD — — — — — — — ----------= W20-1 spaced @ 200', or as space allows — — — — — — — — --------� — ————————Dead End 1 z - Posted Illllll Itt Illllll So. 196th St Speed ]so, D —X I I 11MR 35 RDAp I I woRR Wzo-1 ""EAD 1 h 1 I �I� I I Ct—EL121NG DEVICE 6PACING(FEET) 1 1 TABLE 1 ' TAPER TANGENT 20 ZO 4 � CHANNELI2ING DEVICE SPACING(FEET, .PH T 28"TRAFFIC `7 APER TANGENT .. s S./i0 AD eo CONE ( - 35,!5 20 30 W N 24'RrBMV I I✓✓✓ ) pqN z5i3o )0 30 r• AHEno ' i ONLY W20-1 sa sPACNc R3 IL R3 SR Bulsness Park Driveway MA NT 11'MIN (` .., we..-... N.ti.a P....r.wc.•ora..lu u TRAVEL WID za•.xr wanv \ So. 198th St V� UM&y TAPER LENGTH.L reeet, y •,c Manhole 1LIIGM «F PP ad s«Ad NNI Inspection (teetl 25 30 35 0 45 So 55 Go 65 to R3"2R Work Zone 10 105 1 150 1 20S 2Tp <50 1 500 1 550 1 - - - 3 1 11 SEQUENTIAL 115 I6 5 495 550 605 660 -ARROWBOARD D Wl-4L 1z 125 IRo LS 320 540 600 660 T2D rao am �������� 1 M t BUFFER DATA CA LONGITUDINAL BUFFER SPACE e 8 1 SPEED HIPN) 1 25 1 30 1 35 1 40 1 45 50 55 6p 65 TO LENGTH free" 55 a5 RO AO 220 290 335 45 LEGEND I I I ■ PROTECTN ROLL AHEAD VWLE WITH TMA RO AHEAD DISTANCE® WORK LOCATION TYPE•L«oTEcmE TYMC•L PROTECTNE VEWLE I., m ST•TgNYiT W I 1 VENCLE T.PE (HRH THAI LOWED HEIGHT OPEA„TON CHANNELIZATION DEVICE HIT.TMA ILR51 I, n e a r 1 I 1 W4 2L NlMM =T 6.00o S. .I•PD OWP TADGm. „�NIWY NEWHi SHALL 6E SIGN LOCATION 1 1 ( I FLAT E LETC: IN ACCORO.NCE NIiH 30 MIN. 3TD'X FLAT 9EO ETC. WNIFACTNNH KC —cuou TIONI PROTECTIVE/WORK VEHICLE 1 1+ I 1 1 ROLL AHEAD STOPPNG OISTANCE ASS(AES DRY PAVEMENT EXISTING TRAFFIC FLOW • I TUT�i PRO ECTNE VEHICLE.IFNT RECDeUSE D T REGARDLESS F A 7W 6 AVAILABLE.F NO TM►6 USED.HIE PROTECTIVE VEMCLE SHALL RE STR►TEGICALLY LOCATED IN FIELD TO FLAGGER LOCATION 1 W20.50IR SHIELD rOREERs AND No ROLL AHEAD DISTANCE 6 SPECFEM 3so,x �,T1N1e r"�°r City of Kent-Public Works 1 I I I °0u0 par"mr Project Number Traffic Control Supervisor I 1 I Mma oe Fielding AA Traffic Plan Designer r ro. ec an 1 1 I 1 253.856.551 AveS8 84th A SO ��-��-• 3so'x W20-1 Nuber Date NlteVd' j'sCo 1 1 I ROAD 253.8S6.6500 1 / 2 07 18.08 wo- Prepared Dates_ Steve Vita _ 11-30.2008 PINnaNeer NATIONAL si•e�i�sIRIIr'EsCO LLC To:So 200th St. T 206 523.4045 i KENT Typical One Lane, Two-Way 81st Ave So/So 196th St N Operation Using FLAGGERS Half road closure, N8, 81st Ave So..(Low volume Rd.)between Storm Drain Revision So. 196th St. & So 200th St.. FLAGGERS will alternate E traffic, as needed, and will communicate visually or with radios. FLAGGERS will cross pedestrians ' to opposite side of street, when necessary. Reason for closure: to create clear work area for Truck placement for Storm drain Pipe access for excavating, cleaning & rework, access on E. side of roadway I I N � N 3 3 Posted IL, Speed x • CAP �3= aG a BPEED uMR x x x 35 Flagger to Monitor Intersection 3So' ISO, 3so' N So. 196th St for turning trdfrip. 0 0 ' — `-- - — — — — — — — — - Id �► �Y � H H H IIIIIIII III I F- 350' 350, ISO, X X X DD ■ S9 A � —1-ivW Q F O B O A T m :E > N O C O I I I � � V 28"TRAFFIC CONE TAPER'�TANGENT" ' SIGN SPACING•t Ifeetl Rural Hlghrays 60/65 MPH 1000't- Malntain 11' ` RurGI ROWS 45/55 MPH 500'•- mi n. lane wl dt 1 5 Urban Arterials 35/40 MPH ■ Rur-ROOaS.Urban Streets 25/10 MIN 200't- ItlenYlal6 Business Olstriats ' Urban Streets 25 MPH or LESS NDO' ALL SIGNS ARE 46"•4C m.AM ON ORAIIGE UNLESS OTNERNISE OESIGNATEO. TABLE 1 Taper Is: r ' CHANNELIZINC DEVICE SPACING IFEETI 50' mi n ,A„GE„, 100' max I 5G/ID <D ED 6 device mi n I 35/a5 SO 6J M 15,30 1 73 1 AO VY I F+ IA I ■ iS OULOER LEGEND r'F ■L/3� < i X . ® WORK LOCATION ■I.1 N SIGN LOCATION (D W20-7d ® PROTECTIVE/WORK VEHICLE O I ■ ■ ■ ■ CHANNELIZATION DEVICE e I 200'X 3W x 24•BM/ I >W20-4 ® NO PARKING SIGNPotted GENERAL NOTES Speed i 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD BP�p 27*W20-1 AND THE CITY OF KENT SPECS. 11NR 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. 3. ALERT METRO TRANSIT S DAYS IN ADVANCE (IF APPLICABLE) 4. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE. S DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. City of Kent-Public Works 6. ALL SIGNS 48" X 48" 8/0 UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC DRUMS. Project Number (see TABLE 1 for spacing distances). Joe Fielding 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE Phone Number(office) Project GR ' INTERSECTIONS AND/OR DRIVEWAYS. 7taHkto■trolSupervleor 81st. Ave So. / 5�i788 253.8S6.5518 9. FLAGGERS WILL CONTROL ALTERNATING ONE-WAY TRAFFIC. Tram.n.Designer Phone Number(fax) Sheet Number Bate IO.TAPERS WILL BE 50'-100' AND MUST CONTAIN A MIN OF 253.856.6500 2 / 2 07 18 08 6 DEVICES. low�te 11.ALERT AFFECTED RESIDENTS AND BUSINESSES Steve Vita 12. CONTRACTOR WILL MAINTAIN 11' MIN TRAVEL LANE THAT Date, at _ NATIONAL BARRICADE 1 LLc y�pR ESTABLISHED IN 1951 WILL BYPASS WORK ZONE. 2 206 S23.4045 CHECK VALVE 1 81st Ave. S. Storm Drain Rev/Fielding A - 3 August 7, 2008 Project Number: 08-3009 Tideflex - Check Valves Page 1 of 2 0 OIL Search search... s c -Need,help with se About New Industries Served Products/Engineered Services Rep Locator Special Proje ra � .� ' A�,'Nf-`!� =.W.x—awl... • Menu Check Valves ' Tideflex Brochure Home-Products Click to view ��� k fit¢ • Condensed Catalog C Click title for more info T,deflextr)Product Line u Highugnted in Condensed - Catalog Tideflex Tec TF-1 Series 35-1 Series 37G First Flush Valve Slip On Rubber Check Valve Flanged Check Valve Internal Rubber Check Valve F Click title for more info Red Valve Company's First Flush Valve for stonnwatei metering is a simpl Tideflex eliminates XC bE7*� clogging G Click title for more info 1 pi�7Gt The Easterly Wastewater • � 3 Treatment Facility in Cleveland. Ohio ~�•.«, a-_..._ , contact us TF-2 Slip On Rubber Waterflex Check Valve Specialty Check Valve Fin d a sales reo Trade-4lowsISeninsrs Cost-Effective Solution To Flow Control Problems Tideflex Technologies All Rubber Check Valves are a revolutionary design for backflow preve Valves require no routine maintenance or repair due to their all-rubber construction Tideflex valves are substantially more cost efficient than conventional check valves They are operating solely on line and back pressure, and require no outside energy source for operatiol swinging and plunging parts are completely eliminated. Tideflex valves are excellent replacements for ineffective flap gate valves Millions of dollars e re-treatment of unnecessary backflow because of faulty check valves which have corroded op ' open by debris Tideflex®check valves seal and close drop tight around debris with less than http://www.tideflex.com/tf/index.php7/content/view/44/187/ 11/1/2007 Tideflex - Check Valves Page 2 of 2 0 Tideflex®valves will not warp or freeze, and are virtually maintenance free.They will handle la lamming,and there is no gate to hang open.Tideflex®valves are easily banded on the end of sewer line,eliminating the need for headwalls s Visit Redvalve com About New Industries Served I Products Engineered Systems Special Protects I Rep Locator ®2007 Tideflex http://www.tideflex.com/tf/index.php?/content/view/44/187/ 11/1/2007 ■ 3 Series 37G ► Fits inside pipe I.D. ► Fastened with internal expansion clamp. ► Features all-elastomer, maintenance-free design. ► Is custom-built to customer specifications. ► Closes on entrapped solids. Materials of Construction r� ► 'halves are available in pure gum rubber, neoprene,Hypalon',buns-N,Viton'and EPDM. ► Stainless steel expansion clamps. The Series 37G InLnie Check Valve was developed specifically for installations where '~ " clearance below the invert of a pipe is insuf- ficient to clear the flange of the standard � j Series 37.The 37G effectively has a zero t face-to-face dimension since it can be com- pletely slipped into an existing pipe. Piping modifications are not required to provide space for the valve.The Series 37G design Dimensions Series 37G Check Valve uses the slip-on principle in reverse. ' ' ' ISaddle A special clamp that expands outward is pro- ' Support" vided to secure the valve to the inside 2 5 1 7/8 150 3 51/2 2 7/8 100 of a pipe, enabling the valve to be installed 4 7 3 7/8 75 easily on the outlet pipe from a manhole, 6 11 121/2 7 7/8 60 such as in a CSO system. 10 151/2 9 7/8 45 y ' 12 181/2 11 7/8 35 0c The pressure drop of the Series 37G is 14 22 13 3/4 25 2 increased because of the smaller I.D. is 23 15 3/4 20 18 24 17 3/4 15 ti required to fit the check valve in the line. 20 32 19 3/4 10 Q 24 37 23 3/4 10 Tideflex®Technologies recommends the 30 41 29 3/4 8 valves be pinned to the pipe. Each clamp 36 47 35 3/4 8 has four pre-drilled holes to allow installa- 42 49 41 1/2 5 48 52 471/2 5 lion of anchors/bolts.Contact our engineer- 54 57 531/2 5 mg staff for additional inforniation. 60 64 591/2 5 72 73 1 711/2 5 Numbers indicate maximum dimensions In inches Contact engineering staff to verify overall dimensions. Other sizes available;consult factory. Valves are also made for non-standard pipe LD.'s Tidefre T SERIES 37G Technologies Division of Red Valve,lne. IN-LINE CHECK VALVES INSTALLATION, OPERATION, AND MAINTENANCE MANUAL The revolutionary design of the Series 37-G In-Line Check Valve provides superior backflow protection.This unique "duckbill" design eliminates costly backflow from oceans, rivers, and other waterbodies and piping systems. The Series 37G is available in a wide variety of elastomers and is designed to meet your exact flow specifications. The"Cuff"of the Series 37G valves are constructed to have the same outside diameter as the inside diameter of the mating pipe.This allows the valve to be inserted into the pipe and held in place by means of an internal expansion clamp.Tideflex®Technologies recommends pinning all Series 37G valves for added security and stability. 3713 s effectively have a zero face-to-face dimension be- t cause they fit completely inside of the pipe. No modification of piping is required provided adequate pipe length exists. -Simple Design -Cost Effective - No Hinges, Levers or Springs - Minimal Routine Maintenance IMPORTANT Please take a moment to review this manual.Before performing any maintenance on the pres- sure sensors be sure the pipeline has been depressurized.The improper installation or use of this product may result in personal injury,product failure,or reduced product life.Tideflex®Technolo- gies can accept NO liability resulting from the improper use or installation of this product. If you have any questions or problems, please call the customer service department at (412)279-0044. We appreciate your comments.Thank you for choosing Tideflex®Technologies. INSTALLATION 4. Preparation 1. Inspection of Valve The Series 37G uses expanding clamp(s)to exert Check inside diameter of pipe section for rough pressure outwards on the walls of the valve to or damaged areas. Surface should be uniform "wedge" it in place within the pipe.The walls of and relatively smooth. Long gouges or cracks may the pipe should be clean and free of debris prior to installation. allow water to pass and should be filled prior to installation.The exterior of the Series 37G should 5. Securing have a rough texture resembling a cloth pattern. The valve should be inserted fully into the pipe so This will help the valve grip the walls of the pipe. that no part of the cuff or bill extends outside the 2.Valve Orientation pipe. Ensure that the valve is not "slanted" at an The bill of the Series 37G must be installed verti- angle, with the bill pointing upwards or downwards. cally. Valves to 18" (nominal) are supplied with The valve centerline should be parallel to the pipe a single clamp. The clamp turnbuckle should be centerline. oriented at top dead center. Tideflex®Technologies recommends pinning Valves 24"-48' (nominal) are supplied with two the Series 37G on all installations.See below. clamps. The turnbuckles should be oriented 180' Four pre-drilled holes are provided in each expan- apart. Valves 60"-72" (nominal) are supplied with sion clamp.At least one clamp should be pinned. three clamps. Turnbuckles should be oriented 120° On exposed pipe, holes can be drilled through the apart. valve and pipe, and a bolt run through secured 3. Pipe Dimensions with a nut. For buried pipe, silicon or similar seal- Every Series 37G is designed and built to fit into ant should be used to seal bolts. a specific pipe inside diameter. Different pipe ma- terials such as concrete, HDPE, steel, and PVC have different. I.D. dimensions for the same nominal pipe size. Do not attempt to install a Series 37G into a pipeline for which it was not intended. NEVER... NEVER... NEVER... NEVER... Install the valve at Use Sharp Tools on Rub- Exceed Design Back Install the Valve Back- an angle ber Pressure wards 1 Flow 2 1 Q MAINTENANCE 4. Store this manual with the valve, so that 1.Inspection is readily available at time of installation. Valves should occasionally be inspected for dam- age, wear, and buildup of debris.The frequency of Bill the inspections should be determined by the se- verity of the service and the environment in which it operates. I Cuff no The clamp should be checked for proper tension, and be sure that the inside of the valve is free of debris. Soft marine growth is normal on valves in Saddle submerged applications, and because hard marine growth such as barnacles will not bond well to the Tideflex®they can be easily removed.Also TROUBLESHOOTING GUIDE insert pins to ensure they are tight. SLEEVE INVERTED • Excessive back pressure, water surge, or water hammer. STORAGE LEAKING AROUND PERIMETER OF VALVE If your Series 37G is to be stored for a period of •Tighten Clamp time prior to installation, the following storage •Check for cracks and holes in surface of pipe guidelines will help to preserve the valve and as- BACKFLOW sure a trouble-free installation. 1. Store in a clean, cool, dry location.Avoid expo- - Debris lodged inside bill Debris built up beneath bill sure to light, electric motors, dirt, or chemicals. 2. Store valve vertically on floor or pallet. 3. Store valve to prevent other items from contacting check sleeve to prevent possible damage. TIDEFLEX° TECHNOLOGIES WARRANTY WARRANTIES-REMEDIES-DISCLAIMERS-LIMITATION OF LIABILITY Unless otherwise agreed to in writing signed by Tideflex®Technologies,all Products supplied by Tideflex•Technologies will be described in the specifications set forth on the face hereof. THE WARRANTIES SET FORTH IN THIS PROVISION ARE EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES WHETHER STATUTORY,EXPRESS OR IMPLIED(INCLUDING ALL WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE AND ALL WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OR TRADE). Tideflex0 Technologies Products are guaranteed for a period of one year from date of shipment,against defective workmanship and material only,when properly installed,operated and serviced in accordance with Tideflex®Technologies'recommendations.Replacement for items of Tidefle)&Technologies manufacture will be made free of charge if proved to be defective within such year;but not claim for transportation,labor or consequential damages shall be allowed We shall have the option of requiring the return of the defective product to our factory,with transportation charges prepaid,to establish the claim and our liability shall be limited to the repair or replacement of the defective product,F.O.B.our factory.Tideflex*Technologies will not assume costs incurred to remove or install defective products nor shall we incur back charges or liquidated damages as a result of warranty work.Tideflex®Technologies does not guarantee resistance to corrosion erosion,abrasion or other sources of failure,nor does Tideflex°Technologies guarantee a minimum length of service,or that the product shall be fit for any particular service.Failure of purchaser to give prompt written notice of any alleged defect under this guarantee forthwith upon its discovery,or use, and possession thereof after an attempt has been made and completed to remedy defects therein,or failure to return product or part for replacement as herein provided,or failure to install and operate said products and parts according to instructions furnished by Tideflex*Technologies,or failure to pay entire contract price when due,shall be a waiver by purchaser of all rights under these representations. All orders accepted shall be deemed accepted subject to this warranty which shall be exclusive of any other or previous warranty,and shall be the only effective guarantee or warranty binding on Tideflex0 Technologies,anything on the contrary contained in purchaser's order,or represented by any agent or employee of Tideflex*Technologies in writing or otherwise,not withstanding implied warranties.TIDEFLEXO TECHNOLOGIES MAKES NO WARRANTY THAT THE PRODUCTS,AUXILIARIES AND PARTS ARE MERCHANTABLE OR FIT FOR ANY PARTICULAR PURPOSE. Tide 700 North Bell Avenue Carnegie,PA 15106 phone:412 279-0044 fax:412 279-7878 WEB:www.tideflex.com PREVAILING WAGE RATES 1 1 l 1 81st Ave. S. Storm Drain Rev/Fielding A - 4 August 7, 2008 Project Number: 08-3009 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 bnef description of overtime calculation requirements is provided on the Benefit Code Key. jKING 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 JOURNEYLEVEL $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 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Pagel 1 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 $5125 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 $3593 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 6Q 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 $y 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 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $36.24 1H 5D CHIPPING GUN(OVER 30 LBS) $36.75 1H 5D CHIPPING GUN(UNDER 30 LBS) $36.24 1H 5D CHOKER SETTER $36.24 1H 5D CHUCKTENDER $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 50 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 5D 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 513 GABION BASKET BUILDER $36.24 1H 5D GENERAL LABORER $36.24 1H 5D GRADE CHECKER&TRANSIT PERSON $36.75 1H 5D GRINDERS $36.24 1H 5D GROUT MACHINE TENDER $36.24 1H 50 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 1H 5D $37.20 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 1H 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 POW ERJACKS $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 1 H 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 1H 5D TOPPER-TAILER $36.24 1H 5D TRACKLABORER $36.24 1H 5D TRACK LINER(POWER) $36.75 1H 5D TRUCK SPOTTER $36.24 1 H 5D TUGGER OPERATOR $36.75 1H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $36.24 1H 5D VIBRATOR $36.75 1H 5D VINYL SEAMER $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 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 1 PAINTERS JOURNEY LEVEL $33.94 2B 5A PLASTERERS JOURNEY LEVEL $43.10 1R 5B 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 COMPRESSORS $42.14 1T 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $42.14 1T 5D 81. CONCRETE PUMPS $44.50 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 1T 5D 8L CONVEYORS $44.50 1T 5D 8L Page 5 KING COUNTY l 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 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $45.41 1T 5D 81. WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $45.96 1T 5D 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 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $44.92 1T 50 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $45.41 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $45.96 1T 5D 8L CRANES,TOWER CRANE UP TO 175'1N 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 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $44.92 1T 5D 8L DERRICK,BUILDING $45.41 1T 5D 8L DOZERS,0-9&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 MANLIFT,PERMANENT AND SHAFT-TYPE $42.14 1T 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $44.50 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44.92 1T 50 8L FORK LIFTS,(3000 LBS AND OVER) $44.50 1T 5D 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 5D 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 BL 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 5D 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 SD 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 5D 8L PLANT OILER(ASPHALT,CRUSHER) $44.50 1T 5D 8L POSTHOLE DIGGER,MECHANICAL $42.14 1T 5D 8L 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 $42.14 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 50 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 50 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 OILERIDRIVER(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 $5541 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 5G Page 7 1 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 METAL WORKERS 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 $31.01 113 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZOITILE 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 $31.46 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 PIPEFITTER $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 1 SURVEYORS CHAIN PERSON $9.35 1 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 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $28.53 2B 5A SPECIAL APPARATUS INSTALLER 1 $30.66 26 5A SPECIAL APPARATUS INSTALLER II $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 2B 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 1M 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 ##k###k#######k######kk###tkk#kkkkkkk###kk##+F#kF#kk#kk#kk#k#####k#kk##k###kkk###k##kk###k#k#kk#k#k#k##k#k#####k####k#k## 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. I 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 AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 ATONE 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. 0. 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 i 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(11). 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). L. HOLIDAYS• NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 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). I 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 IS 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. $1.00, LEVEL B-$0.75,LEVEL C:$0.50,AND LEVEL D:$0 25. 9 A. SHIFT DIFFERENTIAL: SWING FROM 4:30 PM TO I AM IS WAGE PLUS 17.3% GRAVEYARD FROM 1230 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 11 HOURS WORKED GRAVEYARD FROM 12.30 AM TO 9:00 AM IS WAGE PLUS 15%7 HOURS WORKED l l 1 x pt g7,zT "." y z. 7F,�`•• "F � �3„;..,r ,• s+ ^xs„'„+ tfn ,. :>= >Rrt;."'t'r_ Taw n f+,•«_ ., R , QWY, Q IV�AYOR1'TGRb :y. K�NT� Please Fill in all AppficabC�`:Bai W A.SNLN GTOW This�form miust,be:printeal cur er paper Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) Originator: Joe Fielding Phone (Originator): 5518 Date Sent: 9/11/08 Date Required: 9/18/08 Return Signed Document to: Nancy Yoshitake CONTRACT TERMINATION DATE: 45 working days VENDOR NAME: Archer Construction, Inc. DATE OF COUNCIL APPROVAL: 9/2/08 Brief Explanation of Document: The attached construction agreement is for the 81 st Avenue S. Storm Drain Revisions project which consists of the installation of storm sewer pipe along 81 st Ave.S. and installation of a check valve in a catch basin on 84th Ave. S. All Contracts Must B ut " =3, Department (This Area to be Completed By the Law Department) Received: SEP [uU� Approval of Law Dept.: T% .N LAVVDEPT Law Dept. Comments: I I IL—, 1, r�,'C " J i Date Forwarded to Mayor: tj �J ; J �1 Shaded Areas to Be Completed by Administration Staff Received: ;r,. r Recommendations`&Comments: ? - "�" � ' ,►/�� ; Disposition: fhb ,�.. Date Returned: ,4. Iage58702emplatebase • 2/07