Loading...
HomeMy WebLinkAboutPW12-164 - Original - Goodfellow Bros., Inc. - Central Ave S Storm Water Forcemain Phase II - 07/19/2012 Records Managemen' t, KENT Document WASHINGTON 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 City Clerk's Office. Vendor Name: Goodfellow Bros., Inc. Vendor Number: JD Edwards Number / Contract Number: ea) I ,,� - �(D This is assigned by City Clerk's Office Project Name: Central Avenue S. Storm Water Forcemain Phase II Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: 7- 11- tK Contract Effective Date: Date of the Mayor's Signature Termination Date: 80 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Kelly Casteel I Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of the installation of approximately 3,100 feet of 24-inch diameter_-__ HDPE storm sewer system piping. S.Publlc\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 SIGNED CONTRACT r - CITY OF KE1 T KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 1 Central Avenue S. S. torm Water Forcemain Phase II i Project Number: 10-3009C BIDS ACCEPTED UNTIL BID OPENING June 26, 2012 June 26, 2012 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 1 KENT W A 3 H I N G T O N 1 PUBLIC WORKS DEPARTMENT Timothy J LaPorte, P E I Public Works Director 400 West Gowe Kent, WA 98032 Fax- 253-856-6500 KENT w a s�IN G r o N PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON ' Central Avenue S. Storm Water Forcemain Phase II Project Number: 10-3009C ADDENDUM No. 1 June 22, 2012 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ' ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH I - BIDDER'S DOCUMENTS - REVISIONS OR MODIFICATIONS The following changes are included in the enclosed replacement Bidder's Document. Bidders must use the replacement Bidder's Document. SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 11901 i 09.7 P MP sul�T Per LS i1010 2-02.5 2,500 Remove Existing Asphalt $ $ KSP 11800 Concrete Pavement Per SY SQ YDS 1020 2-02.5 750 Remove Cement Concrete $ $ 3 KSP 10 Sidewalk Per SY v SQ YDS CU I3 3 3 1 Ok MAYOR SUZETTE COOKE w�i�� ' SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 1 1025 2-02.5 2-Z5 Remove Cement Concrete $ $ KSP 175 Curb and Gutter Per LF ' LN FT 1045 8-2i.5 `�* $ K -S-P EAGH PeF EA 1050 2-02.5 5,00 Saw Cut Existing Asphalt $ $ ' KSP 4,000 Concrete Pavement Per LF LN FT ' 1055 2-02.5 2GG Saw Cut Existing Cement $ $ KSP 500 Concrete Pavement Per LF LN FT 1065 2-03.5 .5 Unsuitable Foundation $ $ WSDOT 10 Excavation Incl. Haul Per CY CU YDS 1080 4-04.5 350 Crushed Surfacing Top $ $ KSP 300 Course, 5/8 Inch Minus Per TON TONS ($6.00 Min) 1085 4-04.5 85G Crushed Surfacing Base $ $ KSP 700 Course, 1-1/4 Inch Minus Per TON 1 TONS ($6.00 Min) ' 1095 5-04.5 988 HMA Class 1/2", PG 64-22 $ $ KSP 800 Per TON TONS i1125 5-04.5 588 HMA for Temporary $ KSP 125 Pavement Patch Per TON TONS 2 ' SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 1126 5-04.5 +GG Cold Plant Mix for Temporary $ $ KSP 250 Pavement Patch Per TON TONS 1TJ0 rJ-0.5 .5 Gement ram,......ete n-..,.,.,-,.,.e� X✓P GU YDS inelifding Dewe+s , Per GY 1145 8-14.5 rB Cement Concrete Sidewalk $ $ KSP 10 Per SY SQ YDS 1205 8-04.5 2-2-5 Cement Concrete Curb and $ $ KSP 175 Gutter Per LF 1 LN FT i 1 1265 8-12.5 $ 2-02.5 15 Removal and Disposal of Per LF KSP LN FT Existing Asbestos - Cement Water Main Pipe 1315 8-28.5 -75 Pothole Utilities $ $ KSP 50 Per EA ' EACH 1335 2-07.5 2-59 Watering $ $ KSP 150 Per HR HOURS 3 ' SCHEDULE III - SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 3015 7-17.5 50 PVC Sewer Pipe, $ $ KSP 25 10 Inch Diameter Per LF LN FT 3085 7-05.5 1 Locking Manhole Frame and $ $ * KSP EACH Cover Per EA 3105 2-02.5 3-0 Remove Existing Side Sewer $ $ ' KSP 50 Pipe Per LF LN FT I3110 2-02.5 5 Remove Existing 8 Inch $ KSP 10 Diameter Sewer Pipe Per LF ' LN FT 3112 2-02.5 5 Remove Existing 15 Inch $ $ KSP 15 Diameter Sewer Pipe Per LF LN FT 3115 2-09.5 788 Shoring or Extra Excavation $ $ ' * WSDOT 1,200 Class B Per SF SQ FT ' 3120 7-08.5 2-5 Foundation Material, $ $ * KSP 30 Class I and II Per TON TONS 3135 7-08.5 75 Pipe Zone Bedding $ $ KSP 100 Per TON TONS ' 3150 4-03.5 2W Gravel Borrow, Including Haul $ $ * KSP 300 and Compaction Per TON TONS ($2.50 Min) 4 ' SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT_ ' 4000 7-04.5 3,100 Tracer Wire and 2 Inch $ $ ' KSP 1,800 Diameter Conduit Per LF LN FT ' 4001 8-20.5 4 Junction Box, Type 1 $ $ KSP 1 Per EA EACH 4002 8-20.5 4 Junction Box, Type 2 $ $ ' KSP 1 Per EA EACH 4995 7 04.5 11009 6 ineh Detectable WaFniRg `$ $ f�SF LN Tape Per LF 4035 7-04.5 3,190 Storm Sewer Pipe, 24 Inch $ $ KSP 1,800 Diameter HDPE SDR 11 Per LF LN FT 4110 7-05.5 4 Locking Manhole Frame and $ $ ' * KSP 2 Cover Per EA EACH 4111 7-05.5 4 Access Tee Assembly, 12 Inch $ $ KSP 2 Diameter Per EA ' EACH 4150 2-09.5 20,,009 Shoring or Extra Excavation $ $ * WSDOT 12,000 Class B Per SF SQ FT 4155 7-08.5 r09 Foundation Material, $ $ * KSP 250 Class I and II Per TON TONS ' 5 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 4170 7-08.5 3,-889 Sand for Pipe Zone Bedding $ $ KSP 1,700 Per TON TONS ' 4185 4-03.5 'l,� Gravel Borrow, Including Haul $ $ * KSP 11200 and Compaction Per TON TONS ' ($2.50 Min) 4200 5-05.5 -1-5 Cement Conc. Pavement $ $ ' WSDOT 10 Per CY CU YDS SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 1,589 Traffic Control Labor $ $ KSP 11000 Per HR HOURS 5015 1-10.5 499 Traffic Control Supervisor $ $ KSP 250 Per HR HOURS 5030 1-10.5 336 Portable Changeable Message $ $ KSP 225 Sign (PCMS) Per DAY 1 DAYS 5035 1-10.5 3§9 Sequential Arrow Sign (SAS) $ $ KSP 225 Per DAY DAYS 5060 1-10.5 4-7 Type III Barricade $ $ ' KSP 25 Per EA EACH ' 6 ' SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT ' 6005 8-20.5 3,-1-98 4 Inch Diameter Schedule $ $ KSP 1,800 80 Conduit Per LF ' LN FT ' SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL ' NO NOQUANTITY PRICE AMOUNT _ 1 I�SP EACH ' 7015 8-01.5 -24 Inlet Protection $ $ KSP 20 Per EA EACH 7020 8-01.5 500 Straw Mulch $ $ KSP 50 Per SY SQ YDS 7025 8-01.5 �5 0 Clear Plastic Covering $ $ ' KSP 50 Per SY SQ YDS 7030 8-01.5 1,000 ESC Lead , F, $ $ KSP 600 Per HR HOURS 7035 8-01.5 2-50 Street Cleaning $ $ WSDOT 150 Per HR HOURS 7 t SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT ' 800 i $-9 i5 2$$ $ $ IFSP SQ YDS g PeF Sy 8095 8 02.5 -58 $ $ K-SP r-I� PeF GY K--&P TEAS Seheal TFaek, ,GIST/4 ineh Per-I eN His 4 945 4ee GFUshed SUFfaeing Tep $ $ K-&P TONS GOUFS PeF TvGN 8029 II 02.5 Kcn 7v' nI R PeF , C ' Page 26 - Proposal Signature Page REVISE the first paragraph as follows: The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within one hundred twenty eighty (3Z6 80) working days after issuance of the City's Notice to Proceed. ' II. CONTRACT Page 32 - Contract REVISE the last sentence of the first paragraph of item 1 as follows: 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 ninety (90) eighty (80) calendar days. III - KENT SPECIAL PROVISIONS Page 1-17 - Section 1-05.14 - Cooperation With Other Contractors DELETE the second paragraph (Mill Creek Middle School) in its entirety. REVISE the last paragraph as follows: Central Avenue S. Storm Water Forcemain Phase I The phase I Contractor is installing force main pipe along the east side of Central Avenue ' from Titus Street to the Kent Courthouse, and within Mill Creek Middle School, from James Street to the Pioneer Street/Alley intersection. The Contractor is expected to complete phase 1 by june 30, 2012 pipe installation to Titus Street by June 30, 2012. Force main installation within Mill Creek Middle School is expected to be completed by August 24, 2012. Page 1-26 - Section 1-07.17(6) - Site Inspection DELETE the Kent School District contact. ' Page 1-26 - Section 1-07.23(1) - Construction Under Traffic ' DELETE the second paragraph in its entirety. ADD the following new second paragraph; ' The Contractor shall start forcemain installation at the south end (Titus Street) and continue northwards. ' BOLD the third paragraph: The Contractor shall not have both the alley north of Smith Street and the alley south of Smith Street under construction at the same time. The Contractor shall ensure that if the alley is the only access point for a property parcel, that vehicle accessibility is available at all times. Also see Kent Special Provisions Section 8- 06. It should be noted that the requirements contained within these Kent Special Provisions with regards to streets, shall also apply to the alleys. 9 ' Page 1-32 — Section 1-07.23(3) — Temporary Street Closures REVISE the last paragraph as follows: ' To facilitate installation of the force main in games and Smith Street, the Contractor may close garnes Street from 10 AM to 3 PM on weekdayg , to 5 AM an Monday. Smith Street can be from 8 PM to 5 AM on weekdays. The Contractor shall not have Smith Street closed from November 16, 2012 to January 7, 2013. Page 1-33 — Section 1-08.0 - Preconstruction Conference DELETE item 6 of the second paragraph: G Te establish a ..Ling understanding garding ..I�_within M.II !`Feel( Middle c..L eel Q• 1 IIUUII. J1.11V V1. ' ADD the following to the end of this section: 9. HDPE pipe Request for Approval of Material Page 1-38 — Section 1-09.7 — Mobilization DELETE this section in its entirety. Page 2-3 - Section 2-02.5 — Payment REVISE the fourth and fifth paragraph as follows: ' The unit contract price per cubic yard for"Remove Existing Cement Concrete Driveway/Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing concrete pavement depth e€6 in . Included in this price is the cost of hauling and disposal of the concrete pavement. Some of the existing dFiveways The concrete driveway/pavement may contain reinforcing steel. The cost to cut, remove and dispose of the rebar shall also be included in this bid item. than 6 inches it shall be paid aeeerding to the fOHOWIng f0l=Mula: 16 tnehes — additional cefnpensatien would be: ' aliewed. Page 2-4 - Section 2-02.5 — Payment ADD the following to the end of this section: ' 10 The unit contract price per lineal foot for "Removal and Disposal of Existin4 Asbestos-Cement Water Main Pipe"shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to characterize, remove and ' dispose of the asbestos-cement water main to construct the project as shown on the plans. The bid item price includes but is not limited to: characterize the pipe to determine if the water main is asbestos-cement; excavation; plugging the open ends of remaining pipe; furnishing the backfill and cleanup. The bid price shall also include permits, containment, proper asbestos handling material; backfilling; and disposal, approvals and all requirements thereof. The actual lineal feet of asbestos-cement water main removal and disposal is unknown and shall be determined in the field by the Contractor. Page 5-1 - Section 5-04.1 - Description REVISE this section as follows: ' The Contractor shall use HMA for temporary pavement patching in Central Avenue; and Smith Street and jaRges `tiree . The Contractor shall use cold plant mix for temporary 1 pavement patching in Meeker Street, " �} ^^ , '` ^^''^^I lurk ,g I ,t and the alley. Page 5-4 - Section 5-05 - Cement Concrete Pavement DELETE this section in its entirety. Page 7-2 - Section 7-04.5 - Payment REVISE the last sentence of the second paragraph (Tracer Wire and 2 Inch Diameter ' Conduit) as follows: The bid item price shall include but is not limited to: trench excavation; unsuitable material excavation, hauling and disposal; dewatering; backfill and compaction (when native material is to be used); surface restoration; cleanup; and supplying and installing the tracer wire and pull rope, fittings and connection to the junction boxes. DELETE the third paragraph (6 Inch Detectable Warning) in its entirety. ' REVISE the fourth paragraph as follows: The unit contract price per each for "Air Valve Assembly and Enclosure" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to supply and install the air valve assembly and enclosure, including but not limited to: excavating; backfilling; constructing the concrete splash pad and base/pad with reinforcement bars; furnishing and installing the enclosure and guard posts, including securing the enclosure to the base/pad; supplying and installing all pipe (24" HDPE), fittings (tees, saddle tee, flanges, bend, adapter, reducer) and pipe stand; concrete blocking; gate valve with ' flywheel; supplying and installing the escutcheon; and all other necessary items for a complete and fully operational air valve. This bid item includes all items east of the 24-inch forcemain. 11 ' e Page 7-17 — Section 7-17.5 — Payment REVISE the paragraph as follows: "PVC Sewer Pipe, 10 Inch Diameter" "Ductile Iron Sewer Pipe, 10 Inch Diameter ' The unit contract price per lineal foot for the above items shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item ' price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; cutting, removing and disposing of existing sewer pipe; capping or plugging of the existing pipe; backfill and compaction (when native material is to be used), ' surface restoration, and cleanup. The bid price shall also include fittings, wyes, tees, plugs, and joint materials; styrofoam cushions; connection to new or existing manholes and pipes, air testing, protecting and supporting existing utilities; coordination for TV ' inspection, additional costs for overtime work when working on weekends, and any sewage bypass systems used. ' Page 7-17 — Section 7-18.3(6) — Existing Side Sewers ADD the following paragraph to the end of this section: No residential unit shall be out of sewer service for more than 4 hours. No business shall be out of sewer service. These requirements may be amended if prior arrangements are made with the property owner. Page 8-12 — Section 8-01.5 — Payment DELETE the first paragraph (Seeding, Fertilizing, and Mulching) in its entirety. DELETE the second paragraph (10 Foot Straw Wattles for Drainage Way Barrier) in its entirety. ' Page 8-15 — Section 8-02.5 — Payment DELETE this section in its entirety. Page 8-16 — Section 8-12 — Chain Link Fence and Wire Fence DELETE this section in its entirety. i 12 ' Page 8-17 - Section 8-13 - Monument Cases DELETE this section in its entirety. Page 8-22 - Section 8-20.5 - Payment ' REVISE the last section of the first paragraph (4 Inch Diameter Schedule 80 Conduit) as follows: The bid item price shall include but is not limited to: supplying and installing the conduits, a-r,�d fittings and pull rope, and connection to the junction boxes. Page 8-23 - Section 8-21 - Permanent Signing DELETE this section in its entirety. Page 9-2 - Section 9-03.22 - Red Cinder DELETE this section in its entirety. Page 9-7 - Section 9-16 - Fence and Guardrail DELETE this section in its entirety. IV - APPENDICES Page A-1 - Kent Standard Plans ADD Kent Standard Plan 3-3 - Guard Post DELETE 6-72 - Standard Monument, Monument Case and Cover Page A-3 - Traffic Control Plans ' DELETE Sheet 4 of 19 DELETE Sheet 5 of 19 DELETE Sheet 6 of 19 DELETE Sheet 7 of 19 DELETE Sheet 14 of 19 ' DELETE Sheet 15 of 19 DELETE Sheet 16 of 19 DELETE Sheet 17 of 19 ' DELETE Sheet 18 of 19 DELETE Sheet 19 of 19 Page A-5 - Manufacturer Details ADD the attached Appendix A-5 - Manufacturer Details 13 ' V — PLANS Sheet 2 of 15 • DELETE construction note 10. • ADD construction note 16 "Install Guard Posts. Refer to Kent Standard Plan 3-3. Locate guard posts as directed by the Engineer. 4090" ' Sheet 3 of 15 • DELETE all temporary erosion and sedimentation control between STA 1+00 and STA 11+00. Sheet 5 of 15 • REPLACE sheet with attached. Sheet 6 of 15 ' • ADD construction note to detail 1 "Remove ex. aband. 15" sewer as required. Plug ends per WSDOT 7-08.3(4)" at STA 18+68, 37 00' L. • ADD construction note to detail 1 "Remove ex. Aband. 6" water line as required. Plug ends per WSDOT 7-08.3(4). Water line may be asbestos-cement pipe." At STA 18+73, 50.00' R. • REVISE detail callout to detail 1 at STA 18+83, 40.00' R from "1/6" to 1, 2/14." • ADD construction note "Remove ex. Aband. 6" water line as required. Plug ends per WSDOT 7-08.3(4). Water line may be asbestos-cement pipe." To cross section at STA 18+72.25, 5.36" i.e.=38.00. • ADD construction note "Ex. PSE power conduit (12) at STA 18+72.22. • ADD Utility clearance note "Install PFS styrofoam cushions between sanitary sewer and forcemain if clearance is less than 6" on detail 2 and 3. ' Sheet 7 of 15 • DELETE sheet. Sheet 8 of 15 • DELETE sheet. ' Sheet 9 of 15 • REPLACE sheet with attached. Sheet 10 of 15 • REPLACE sheet with attached. Sheet 11 of 15 • DELETE 450 bend - flange connection ad concrete blocking at STA 24+59.61 and STA ' 24+71 43 ADD construction note 16 to air/vacuum valve and enclosure at STA 23+95.75. • REVISE construction note 9 of detail 1 to "Val-Matic Model VM-104S/38 4" Combination ' Air Valve Center in Enclosure. 14 Sheet 12 of 15 • REPLACE match line stationing from STA 22+50 to STA 25+50. • DELETE 450 bend - flange connection and concrete blocking at STA 25+86.18 and STA 1 26+30.82, • ADD construction note "Ex. water service - depth unknown. Lower forcemain as required" to STA 29+32, elev 39.99. 1 Sheet 13 of 15 • REPLACE sheet with attached. 1 END OF ADDENDUM No. 1 1 Chad Bieren, P.E. Date City Engineer 1 Attachments: Bidder's Document (32 pages) 1 Appendix A-1 (1 page) Appendix A-5 (5 pages) Plans (4 pages - sheets 5, 9, 10, 13) 1 1 1 1 1 1 1 1 15 ' 6 i 1 1 GUARD POST -F 1 � � FIRE HYDRANT 3 MIN. �(� J CLASS 3000 CONCRETE -- - _jI ��� III LIJ V N - � W 1 - --� o z \ WATER w MAIN Z / J 1 � g ' LOWER LIMIT + FOR PAINT � in GUARD POST TYPICAL PLACEMENT DETAIL 1 ' iM NOTES: 1 1 THE FOG-TITE HYDRANT GUARD POST IS PRE-APPROVED.ALL OTHERS REQUIRE WRITTEN APPROVAL OF THE ENGINEER PRIOR TO INSTALLATION 1 2D GUARD POST ARE INSTALLED WITH TOPS SET AT THE SAME HEIGHT AS 9"DIA THE HYDRANT IF MORE THAN ONE POST IS SET,THEY SHALL BE SET AT THE SAME HEIGHT 3 PAINT EXPOSED POST THE SAME COLOR AS THE FIRE HYDRANT SEE 1 STANDARD PLAN 3-1 4 SEE STANDARD PLAN 3-1 FOR FIRE NOTE'THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT HYDRANT DETAILS OSEPz. AN ELECTRONIC DUPLICATE THE ORIGINAL, SIGNED BY THE S tz ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 5. GUARD POSTS ARE NOT USED WHERE of WAS y THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST FIRE HYDRANT IS LOCATED BEHIND �� �� ` �61A Y OF KLNT CURB AND GUTTER OR POSTED O tiv o p CITY SPEED LESS THAN 40 MPH + ENOINEERINO DEPARTMENT 6. GUARD POST SHALL BE LOCATED t�j V K�WT GUARD POST OUTSIDE OF THE CLEAR ZONE.SEE o R 21493 ' STANDARD PLAN 6-50 pox, FSISTER�cG\��4. DESIGNED w SCALE NONE STANDARD PLAN�� BE 7 FOR USE ON PRIVATE PROPERTY. TONAL CHECKED DATE 3-3 APPROVED MANUFACTURER DETAtLS ' VM-104S Air/Vacuum Valve ' VM-104SI38 Combination Air Valve (Dual Body Type) ' VM 104S-M Materials of Construction VM-AV04-002-0 Dual Body Combination Air Valve ' Central Storm Water Forcemain Phase II/Inouye A - 5 June 22, 2012 Project Number 10-3009C A tOUTLET 2 - 28 6 � illil 7 B 8 t4 1 ' 5 15 28 9 125 LB CLAOSRS(150 CWP) OU60 Y 250 LB CLASS(300 CWP) WATER QUALITY INLET NSF 61 SEE DRAWING NO VM-104S-M FOR STANDARD MATERIALS OF CONSTRUCTION SEE DRAWING NO VM-104SSV-M FOR SUPER VALVE MATERIALS OF CONSTRUCTION VALVE 125 LB 250 LB MODEL NO MODEL NO A B Y** ISIZE NLET OUTLET T 4" 104S 154S 1 11 50 15 88 1 1 38 4" FLG 1 4" NPT ' **SPOOL PIECE REQUIRED WHEN MATING TO A WAFER OR LUG STYLE BUTTERFLY VALVE SEE DRAWING NO SS-725 FOR SPOOL PIECE DETAIL 1 BODY 7 COVER BOLT 2 COVER 8 RETAINING SCREW 4 SEAT 9 GUIDE BUSHING ' 5 FLOAT 15 CUSHION 6 GASKET 28 PIPE PLUG ' Revised 2-3-10 AIR/VACUUM VALVE DATE 5-12-69 DRWG NO ,At, GPI IC VALVE AND MANUFACTURING CORP. UM'104S 4 A ' #SPK-4H (SCREENED HOOD OPTIONAL) ' FORAIR RELEASEVALVE ' DETAIL SEE DRWG NO VM-38 I B ' FOR AIR/VACUUM 1"PIPING MANIFOLD VALVE DETAIL #SPK-1PM90 ' SEE DRWG NO (SHIPPED LOOSE) VM-104S 1"FULL FLOW BALL VALVE Q 125 LB CLASS(150 CWP) M OR 250 LB CLASS(300 CWP) ' G`(eSSfFj�O UL ' VALVE MODEL NO MODEL NO WATER QUALITY SIZE 125LB 250LB A B NSF61 ' 4" 104S/38 154S/38 5 21" 22" ' Revised 10-12-10 COMBINATION AIR VALVE (DUAL BODY TYPE) DATE 10-16-03 DRWG NO • ��,Co VA7 VALVE AND MANUFACTURING CORP. VM-104S/38 1 ' AIR/VACUUM VALVE 4" SERIES NO. 104S ' STANDARD MATERIALS OF CONSTRUCTION ' PART NO. PART NAME MATERIAL ' 1 BODY CAST IRON ASTM A126, CLASS B 2 COVER CAST IRON ASTM A126, CLASS B 4 SEAT BUNA-N 5 FLOAT STAINLESS STEEL T316, ASTM A240 ' 6 GASKET COMPRESSED NON-ASBESTOS FIBER 7 COVER BOLT ALLOY STEEL SAE, GRADE 5 8 RETAINING SCREW STAINLESS STEEL T316, ASTM F593 ' 9 GUIDE BUSHING STAINLESS STEEL T316, ASTM A582 15 CUSHION BUNA-N ' 23 SCREENED HOOD GALVANIZED IRON (OPTIONAL) ' 26 SEAT RETAINING SLEEVE STAINLESS STEEL T316, ASTM A269 28 PIPE PLUG STEEL ' NOTE: ALL SPECIFICATIONS AS LAST REVISED ' MATERIALS OF CONSTRUCTION DATE 10/15/03 DRWG NO AL.' ATIC° VALVE AND MANUFACTURING CORP. VM-1 04S-M �- --- AIR RELEASE t VALVE ,� -- AIRNACUUM ' VALVE SHUTOFF BUTTERFLYVALVE CS (q O D waste , �— WATER PIPELINE PIPELINE RISER -------- ' DUAL BODY COMBINATION AIR VALVE ' (NO SCALE) vM-Av04-002-0 Ad 6Z LZ b ZI OZJZZ/9 bMP Zd lJ@P600�\UMP\Z aseyd ulew93Jod 600£-WU:)ls94N E) � N N Y m m � b� oW <ix d Lei «w 9 E E iwn ". r te ° aQu _ �� Ow wo <"S� n xio m� oz 7 owz� 5r i<. Y iw� WON 'zm sarc a mow- <N o '¢q F�¢°O'� wz a mBw �rzw < w =�o wo oz �w j m <u" ° °moo w x °� WEN F t, < ij5o v6 B 9 aom m€i < � «a ° QWm <3 �° < mm°u �k 'a Z. Q < �p0 CSm 21 p (� jON� °w o F i no °° z Y u < _ 52 iN <zz kmau m° F Iwo �d e Q g u Z<<° <°w� m2 o Z a = o �w =<�W m off= a h w T p�QZN C� 1 0 JJCUC 2G _< °K y�KK F N CZo JV2JF WCZlW < O_ $ ~~ _ J <L� FW _u ZNNri < V UNF e ?3� �iom 3l rud3U r-f Wo / <ffi " V)Z IL / Z U z m u H W — w Jp W vi d lY�I z� S'a K z 3NO2 3ald JQ a N 9 SSVIC 401YOU3 V&L U w aNY DMIaOHS 0NIE3Ia0 9W UINn 1N3IAXVl O Q� (<.f xvn aa� � i a 9-b Fl z `I -> ,0' U� NON sm - L° OG E o 6d > o Q "s6 q �� o _ Fqbb- u p< F > u0 j Imo C mf �£ ca �ai lumiCY <J = < O UKK F¢ Ww=R"�� a LLl L72w 6W Mnz<< y YU2Vi N�_ K y� w,/a ao 3Nn mui J X N1 Qls 30 x0ve _ a w` n° Nm O y� FM 2� < IO <ZZ P -Ld �O W p -z m UWZ a[wfUpp F mr-` m• � _ p° m 2 F { z6N a 1 G G`a_ o g<a crc� "� mo ,ic0 o \ m<`p cn m Fx m �8 �� a a o`✓w,� N oo < e < Z� w �i= ...s zpo L z<a. u�N`-' "w ° pp a<m U < <- d x o�aio o �'< Z y _ w ° •rw2�2 •„-c � _ � x �rl 2 o g " K� aove____W' --__ ----- Fs` W w ' mG iso<�J�m `rc3 „•f Q Q a o W � q p eano AO 33 J ______ i6a< � , € W e zul e " m g S RW °< ° of w 5 0 $ y <B �Oaasz r ry f oo� V " x�irc (LLJ n I €l e Fm `go°F m w b d o=zw O i�o- H i Q a�oz _ "zu, o z a S omz�r� pp 3<_<w E°Nam � F f Yiom <sBQ a oiN < °k ak'i HF3 + g�SF �ia o Km'6aw r� M I d' ww m + � pp pp wam �T6�'m<�o F°uo <ezlooF 99go - Cm a f �o R R Ad L6 9Z 6 Z60ZJZZ/9 WAP ZdE01060061wnpuaPPVloMP1Z aseyd ulewaoJod 600E-061uo1sa41 E) N if7 O N O s o L 133HS 33S 09�LI 'V1S L 133HS 33S 09+L1 ViS W ^�! r i - rc"� q mn as i`, 1 e�i t11 j8 OF Ld I mxv Ad51 I tl2w .� gy• tl� � .! G wZ$ Nod a V �u LLIW606 el Pi I a w�tlS� \ �, n011OB{�1 r I x c Dil �tl �� n � do ec nin G3 \1��\� Uy� \ !ia n011OB < � 9Y l a[y � •e NIW.t � ` ��� �' 'l 1 ii m'OYIII o�� i m01H1 y R' i ge e JJ I I - wou Y � mCy3 19 if E. w3 Cx 2t - d=_� m _7 •„ „e�� e�R �g I oL _���' .HE h� i '� 2mnz \ ��y 11 3dON F,y.1 L X3 •/i-1 a 1J�� m N 0 _� '- _._^ _ 1 _ E .ti rM�l� IE 2133H0I8 Y vw —lat M M M a NP 8�2. 89 100H05 310044 N3380 111P1 g IVI I I 2 EJ t Ad DO 6Z 6 ZIOZ/ZZ/9 '04AP ZdV0a0600�\bMP\Z aSeyd UTLuaOJo-� 6DO£-0 L\UtDISeQ\E i l€ 133HS 33S OS+ZZ V1S €€ 133HS 339 OS+ZZ 'V1S °` g 'j IF-- WON I ' i n u I o l{ \, „� ' u N 5 m mo N 5 i �\ Yu IpIy06 � I gn ��� � 111111� 36— ------•-- - a� �aq-i � �--- ' - ---'----- - --�-- -cv g m z� �3 - I i 91 '$s - _�,______ _... , F�: � ♦n "�- ou'< __.___.__ _ __ _ __ __I_ _ _h as _I_.—...____ _ _ _ X e a �� IE nos -----------------r 1 t $pE � � Sa g mGd<� rv' & S� 3 E8 �� y—_ B- maF Q .� �_ F c � g�3 �� u�sn gy 59 gad f; • d.m � 1 ___ i Q fi � IVHY9V)M 9 I •� 1 ru Iwuoe � y � (am�wl s— � muwl WSS �(OAYEtl Q � S s - � iS HiMS -- -- ------es- - -- - --� 0 \� - -- -;d ?b �c el rc � � 3 aka OAS I 5 s�� � s � f '� 'I �` 0 I V f < Em r I �I Gw m9s+u I 6 133HS 33S OS+LI V1S 6 i33HS 33S OS+LI V1S ' -- --I-- -- -- - - - -- ------ --- p I ol D N, O Ad lZ 6Z 6 ZIMZZ/9 bMP ZdZOd0600�\IDMP\Z 9Se4C uiewaao_� 600£-0L\JCISao\ J 0 o to o Y a M M� tv v- f 4n _ Ow I a ins z� I i I i wo N i I i 1 ------- _ ____ 15 Sflll1 - - ----- -- - -- -- ARM rn A LL m «s_�e o j a I t st Gc k-s : I I I sz 1 HIM�Is� �a # -------- --------- - - - - - - - - - - - = a . 9 i j - - �ZL 133HS 33S 09+6Z tl1S Z4 133HS 33S 09+6Z 'VIS =l s � o i L I I I Em i i I L L 1 II I ' I p e I UI; Oi k V YI Mi M i TAB INDEX i Tab 1 Bidder's Package ' Tab 2 Payment and Performance Bond and Contract i Tab 3 Table of Contents i Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans i Tab 6 WSDOT Standard Plans Tab 7 Traffic Control Plans Tab 8 Prevailing Wage Rates 1 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Central Avenue S. Storm Water Forcemain Phase II Project Number: 10-3009C 1 BIDS ACCEPTED UNTIL BID OPENING June 26, 2012 June 26, 2012 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. �FwAsy'�S� PUBLIC WORKS DIRECTOR 40796 4^4 'If AL Lo,�12 • KENTcc W A 5 H I N 0 T 0 N BIDDER'S NAME Goodfellow Bros. , Inc. REVISED PER ADDENDUM 1 i CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Central Avenue S. Storm Water Force Main Phase II j Project Number: 10-3009C BIDS ACCEPTED UNTIL BID OPENING June 26, 2012 June 26, 2012 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY 7. LAPORTE, P.E. 1 PUBLIC WORKS DIRECTOR KENT 1 WAS H IN GTON 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) Bidder's Checklist Payment and Performance Bond IContract Table of Contents IKent Special Provisions Kent Standard Plans WSDOT Standard Plans jTraffic Control Plans Prevailing Wage Rates i I INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through June 26, 2012 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: Central Avenue S. Storm Water Forcemain Phase II Project Number: 10-3009C The project consists of the installation of approximately 3,100 feet of 24-inch diameter HDPE storm sewer system piping. The Engineer's estimate for this project is approximately $1.2 million. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856- ■ 5508. For technical questions, please call Garrett Inouye at (253) 856-5548. 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.kentwa.gov/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 Lor 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 6th day of June , 2012. BY: Brenda Jacober, City CI Published in Kent Reporter on June 15, 2012 Daily Journal of Commerce on June 12 and 19, 2012 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date June 26, 2012 This statement relates to a proposed contract with the City of Kent named Central Avenue S. Storm Water Forcemain Phase II IProject Number: 10-3009C I am the undersigned bidder or prospective contractor. I represent that - 1. I X have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. Goodfellow Bros. c. NAME OF BID ER i BY: i I ature/ " e Lane Shinnick, Region Manager P.O. Box 1419 Maple Valley WA 98038 1 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Central Storm Water Forcemain Phase II/Inouye 1 June 22, 2012 Project Number 10-3009C PER ADDENDUM 1 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. 1 Dated this 26th y of J n , 2012. By. For: Goodfellow Bros. , Inc. tTitle: Lane Shinnick, Region Manager Date: June 26, 2012 Central storm Water Forcemam Phase II/Inouye 2 June 22, 2012 Project Number. 10-3009C PER ADDENDUM 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 jSUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor tPOLICY: 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. 1 ' central Storm water Forcemam Phase II/Inouye 3 June 22, 2012 Project Number 10-3009C PER ADDENDUM 1 1 CITY OF KENT t EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as Central Avenue S. Storm Water Forcemain Phase II/Project Number: 10-3009C that iwas 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 , 2012. By: For: Title: Date: Central Storm water Forcemain Phase II/Inouye 4 June 22, 2012 Project Number 10-3009C PER ADDENDUM 1 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Goodfellow Bros. , Inc. has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named Central Avenue S. Storm Water Forcemain Phase II/Project Number: 10-3009C 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 all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions appear in more than one schedule of the proposal, the bidder must bid the same unit price. The City shall use the lowest unit price submitted by the bidder for the items in question in each schedule where identical bid item description appears. Bid items with identically worded descriptions which appear in more than one schedule are denoted with an asterisk (*). LEXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL r NO. NO. QUANTITY PRICE AMOUNT ■ 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. Central Storm Water Forcemain Phase II/Inouye 5 June 22, 2012 Pro3ect Number 10-3009C PER ADDENDUM 1 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $Cq cx�j=' $ WSDOT LUMP SUM Per LS 100i i 99.7 47 Refriebulizati $ 4( P LUMP�ivMP SUM PeF LS 1 1005 2-01.5 1 Clearing and Grubbing $ 1C9,cxx900 $ 0,0 WSDOT LUMP SUM Per LS i 1010 2-02.5 2,� Remove Existing Asphalt $ 1 0o $ 1,100 00 KSP 1,800 Concrete Pavement Per SY SQ YDS 1015 2-02.5 75 Remove Existing Cement $ 110 00 $ 1 00 KSP CU YDS Concrete Driveway/Pavement Per CY r 1020 2-02.5 5$ Remove Cement Concrete $ �s _.00 $ 2�0 00 KSP 10 Sidewalk Per SY SQ YDS 1025 2-02.5 225 Remove Cement Concrete $ 1 -OeD $3•so• 00 KSP 175 Curb and Gutter Per LF LN FT 1030 2-02.5 100 Remove Cement Concrete $3 00 $ 300 •©n KSP LN FT Extruded Curb Per LF r KSP EACH PeF E r 1050 2-02.5 5-, 9 Saw Cut Existing Asphalt $ 0,A5 $ 1,G00•oo ' KSP 4,000 Concrete Pavement Per LF LN FT Central Storm Water Forcemain Phase II/Inouye 6 June 22, 2012 Project Number 10-3009C PER ADDENDUM 1 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1055 2-02.5 24G Saw Cut Existing Cement $0 '.50 $,;?So• ao KSP 500 Concrete Pavement Per LF LN FT 1060 2-03.5 75 Roadway Excavation Incl. $ s•00 $ 3-7S•o0 WSDOT CU YDS Haul Per CY 1065 2-03.5 5 Unsuitable Foundation $ /"I •oo $ 00 0� WSDOT 10 Excavation Incl. Haul Per CY CU YDS 1080 4-04.5 -56 Crushed Surfacing Top $ $ 3,6Co _ o0 KSP 300 Course, 5/8 Inch Minus Per TON TONS ($6.00 Min) 1085 4-04.5 8-5G Crushed Surfacing Base $ �O.oo $7,000 00 KSP 700 Course, 1-1/4 Inch Minus Per TON TONS ($6.00 Min) 1095 5-04.5 9GG HMA Class 1/2", PG 64-22 $ 5'0•00 $4c coo.co KSP 800 Per TON TONS 1125 5-04.5 3-GG HMA for Temporary $.2 00 I KSP 125 Pavement Patch Per TON TONS 1126 5-04.5 I-GG Cold Plant Mix for Temporary $ S 00 00 KSP 250 Pavement Patch Per TON TONS KSP £u YDS ineluding Dewels P2P GY aeeeFdaigee with the GONTRACT PRGPGSAL NOTE TO BIDDERS, it is r-equfFed that bid Central Storm Water Forcemain Phase II/Inouye 7 June 22, 2012 Project Number 10-3009C PER ADDENDUM 1 ' SCHEDULE I - STREET ITEM SECTION APPROX, ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1140 8-06.5 150 Cement Concrete Driveway, $ 5S•oo $ KSP SQ YDS 8 Inch Depth, Reinforced Per SY L1145 8-14.5 §8 Cement Concrete Sidewalk $ 40•00 $ 4CO.00 L KSP 10 Per SY SQ YDS 1205 8-04.5 2-25 Cement Concrete Curb and $ /-7'00 $,2 GO KSP 175 Gutter Per LF LN FT 1210 8-04.5 100 Cement Concrete Extruded $ 10.00 $1,cam. 00 KSP LN FT Curb Per LF 1225 7-05.5 1 Adjust Existing Manhole Rim $ 401. 00 $ 401• oo KSP EACH to Finished Grade Per EA 1 1240 8-20.5 1 Adjust Existing Junction Box $ 400.00 $400•ov KSP EACH to Finished Grade Per EA pp i3.5 735RemeveNew ¢ 1265 8 12.5 4-9$ Demeo2 and,Reinstall Fenee $ 13•00 $ q.�o . 00 2-02.5 15 Removal and Disposal of Per LF KSP LN FT Existing Asbestos - Cement Water Main Pipe 1305 2-02.5 1 Remove and Reinstall Existing $a-0o• 00 $ KSP EACH Timber Punter Per EA i I ' central Storm Water Forcemain Phase II/Inouye 8 June 22, 2012 Project Number 10-3009C PER ADDENDUM 1 ' SCHEDULE I - STREET ' ITEM SECTION APPROX, ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1315 8-28.5 -7S Pothole Utilities $ -50 oo $,21 gym.o0 KSP 50 Per EA EACH 1325 2-01.5 1 Remove Existing Landscape $ boo-o© $(aao•00 KSP EACH Tree Per EA 1335 2-07.5 25$ Watering $125-Co $3, 750-Gb KSP 150 Per HR HOURS Schedule I Total $ N6 gu(, C4, i r r Central Storm Water Forcemain Phase IIJInouye 9 June 22, 2012 Project Number 10-3009C PER ADDENDUM 1 SCHEDULE III - SEWER ' ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3015 7-17.5 -5G PVC Sewer Pipe, $ ia9•co $3 OSo .00 KSP 25 10 Inch Diameter Per LF LN FT 3020 7-17.5 50 Ductile Iron Sewer Pipe, $ /.27 00 $ G, 35o. 00 KSP LN FT 10 Inch Diameter Per LF 3035 7-18.5 200 C900 PVC Side Sewer Pipe, $ 13 00 Do KSP LN FT 6 Inch Diameter Per LF 3050 7-05.5 1 Manhole Under 12 Feet, $22,$oo oa $�2,gcC_>•oc:�3 KSP EACH Type 1 48 Inch Diameter Per EA 3085 7-05.5 1 Locking Manhole Frame and $a70• 00 $a'70 «o * KSP EACH Cover Per EA 3100 7-19.5 11 Sewer Cleanout $6,347•cc> WSDOT EACH Per EA 3105 2-02.5 488 Remove Existing Side Sewer $ �`� �0 $ l,44So. 00 I KSP 50 Pipe Per LF LN FT 3110 2-02.5 § Remove Existing 8 Inch $ ,6l• oo $ Slo. Gb KSP 10 Diameter Sewer Pipe Per LF LN FT 3111 2-02.5 5 Remove Existing 10 Inch $ $ 47'S• 00 KSP LN FT Diameter Sewer Pipe Per LF * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. ' Central Storm Water Forcemain Phase II/Inouye 10 June 22, 2012 Project Number 10-3009C PER ADDENDUM 1 1 � SCHEDULE III - SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3112 2-02.5 5 Remove Existing 15 Inch $ 36 00 $ 540 co KSP ZS Diameter Sewer Pipe Per LF LN FT ' 3115 2-09.5 7-99 Shoring or Extra Excavation $ /• co $ PCO•co WSDOT 2,200 Class B Per SF SQ FT 3120 7-08.5 25 Foundation Material, $ !0 00 $ 300. 00 * KSP 30 Class I and II Per TON TONS 3135 7-08.5 -7-5 Pipe Zone Bedding $; !00.co KSP 100 Per TON TONS 1 3150 4-03.5 2 )-6 Gravel Borrow, Including Haul $ g 0-1 $/ Soo. * KSP 300 and Compaction Per TON TONS ($2.50 Min) * The description of this bid item is identical to a bid items) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Sub Tetal 93 WA State Sales Tax —$ Schedule III Total $ &/J Q2 Central Storm Water Forcemain Phase II/Inouye 11 June 22, 2012 Project Number: 10-3009C PER ADDENDUM 1 SCHEDULE IV — STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4000 7-04.5 31109 Tracer Wire and 2 Inch $'Z • `moo $ 3,6 KSP 1,800 Diameter Conduit Per LF LN FT 4001 8-20.5 4 Junction Box, Type 1 $ °O $ 4(,5•oc> ' KSP 1 Per EA EACH 4002 8-20.5 4 Junction Box, Type 2 $ 5'30• 00 $ 580.00 KSP 1 Per EA EACH 4905 7 04.5 1,99s $ *C�P LN Tie Per LF 4035 7-04.5 3,� Storm Sewer Pipe, 24 Inch $ J`76'!P $ 3hgja-: ) KSP 11800 Diameter HDPE SDR 11 Per LF LN FT 4090 7-04.5 1 Air Valve Assembly and $ /B4O0o•cro $ /S 000.cry KSP EACH Enclosure Per EA 4110 7-05.5 4 Locking Manhole Frame and $ 3g0.00 $ -7-60•Co * KSP 2 Cover EACH 4111 7-05.5 4 Access Tee Assembly, 12 Inch $4,000 00 $11000 Qo KSP 2 Diameter Per EA ' EACH 4150 2-09.5 20fo98 Shoring or Extra Excavation $ t• Oo $ r.?,coo.00 * WSDOT 12,000 Class B Per SF SQ FT * The description of this bid item is identical to a bid item(s) found in more than one schedule. In ' accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Central Storm Water Forcemain Phase II/Inouye 12 June 22, 2012 Project Number 10-3009C PER ADDENDUM 1 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4155 7-08.5 SGG Foundation Material, $ to. oo $�2,5co•t)o * KSP 250 Class I and II Per TON TONS ' 4170 7-08.5 3,099 Sand for Pipe Zone Bedding $ s'� $I,50 co 1 KSP 1,700 Per TON TONS 4185 4-03.5 2,590 Gravel Borrow, Including Haul $ 5•c'O $ ,coo 00 * KSP 1,200 and Compaction Per TON TONS ($2.50 Min) 4200 5-05.5 -1-5 Cement Conc. Pavement $�«O• 00 $a,coo. cb WSDOT 10 Per CY CU YDS 4210 7-05.5 5 Thermoplastic Storm Drain $ 1!s Oo $ ¢25•0o KSP EACH Stenciling Per EA The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Schedule IV Total 41111111111111111 Central Storm Water Forcemain Phase II/Inouye 13 June 22, 2012 Pro3ect Number 10-3009C PER ADDENDUM 1 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO, NO. QUANTITY PRICE AMOUNT 5005 1-10.5 1,588 Traffic Control Labor $a5•c--> $.;25000•00 KSP 11000 Per HR HOURS 5015 1-10.5 498 Traffic Control Supervisor $&•ao $11100 .Oo ' KSP 250 Per HR HOURS 5020 1-10.5 1 Temporary Traffic Control $ &C0 ao $ boo•00 KSP LUMP SUM Devices Per LS 5030 1-10.5 -59 Portable Changeable Message $ /•60 $22S OD KSP 225 Sign (PCMS) Per DAY DAYS 5035 1-10.5 3-59 Sequential Arrow Sign (SAS) $ /• Oo $ 225•00 KSP 225 Per DAY DAYS 5060 1-10.5 4- Type III Barricade $ I. Oo $ a5•o� KSP 25 Per EA EACH 5115 8-22.5 50 Plastic Stop Line $ (o.00 $ 5w. CYO WSDOT LN FT Per LF ` 5120 8-22.5 500 Plastic Crosswalk Line $ 5'c)o $o21S5 n. oo WSDOT SQ FT Per SF 5125 8-22.5 150 Plastic Line $ 5•CC> $ 750• O*r> WSDOT LN FT Per LF Schedule V Total $ '3 5 t Central Storm Water Forcemain Phase II/Inouye 14 June 22, 2012 Project Number 10-3009C PER ADDENDUM 1 SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL ' NO. NO. QUANTITY PRICE AMOUNT 6000 8-20.5 1 Traffic Signal Modification at $.,oco Go $5�•� ' KSP LUMP SUM Meeker Street Per LS 1 6001 8-20.5 1 Traffic Signal Modification at $6,1560•0<:> $6,5cb•ao KSP LUMP SUM Gowe Street Per LS 6005 8-20.5 3;100 4 Inch Diameter Schedule $ 00 KSP 1,800 80 Conduit Per LF LN FT 6010 8-20.5 3 Junction Box, Type 4 $3,100•00 $Ili too,00 ' KSP EACH Per EA 1 6015 8-20.5 3 Junction Box, Type 5 $ 411co oo $ 14-, too•oo KSP EACH Per EA Schedule VI Total $ Central Storm Water Forcemain Phase IIJInouye 15 June 22, 2012 Pro3ect Number 10-3009C PER ADDENDUM 1 ' IJGI' Y E V11 TEMPG ARY EReSION AND CyCyI�IIMENTATI/' N /VIPITD�G-L �/'��� C ICYTLM SE Tom' Af1�X- 1TEM UNIT �Tp 0T�R�G�� -�IRS MD. � nATrc AMOUNT Ksp EACH Drainage Way Barrie PeF E-A 7015 8-01.5 - 4 Inlet Protection $ q0• V0 $ 1, 3co•oo KSP 20 Per EA ' EACH 7020 8-01.5 S99 Straw Mulch $ 0.5o $ a5•oo KSP 50 Per SY SQ YDS 7025 8-01.5 S99 Clear Plastic Covering $ $ loo. 00 KSP 50 Per SY SQ YDS ' 7030 8-01.5 i,999 ESC Lead $ ;).co $ /1,200. 00 KSP 600 Per HR 1 HOURS 7035 8-01.5 2-S9 Street Cleaning $ C? 00 $3�'l�0• 00 WSDOT 150 Per HR HOURS 7055 8-01.5 1 Erosion/Water Pollution $5,000.00** $5,000.00 WSDOT FORCE Control Per FA ACCOUNT **Common price to all bidders Schedule VII Total $ 14 Q5 Q'J Central Storm Water Forcemain Phase II/Inouye 16 June 22, 2012 Project Number• 10-3009C PER ADDENDUM 1 SCHEDULE VIII - ROADSID,E RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 886i 8- A.5 29-9 Seeding, FeFtillzing, and ' K--SP S�-9 M-u4 C 11 PeF S 8695 8 92.5 r9 Tepse+l Type A $ f«P GU y9s PeF GX KSP TeNS Seheel Tra,.k, 1/4 inc7 0eF TGN 88i5 4-94 5 489 Gfushed SuFfaeing Tep $ K P TGJ Geurse, 5/8 Tneh Mine Per TIJT SQ-Y DS Per 6"f' aeeeFdaigeewith the-66NT-R46T PROPOSAL NOTETO BIDDERSr it isrequiFed t-ate; Sehedule Vill Tetal--$ Central Storm Water Forcemaln Phase II/Inouye 17 June 22, 2012 Pro]ect Number 10-3009C PER ADDENDUM 1 ' BID SUMMARY Schedule I A144 �St Schedule III Schedule IV 377 Schedule V 37 3�a QP 1 Schedule VI � � ' �i Schedule VII Schedule . ill Sub Totalgo 9.5% WA State Sales Tax �7 ��'U G 8:78 1 TOTAL BID AMOUNT 72123 1(0 ' Central Storm Water Forcemain Phase II/Inouye 18 June 22, 2012 Project Number 10-3009C PER ADDENDUM 1 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 100/o 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: Central Avenue S. Storm Water Forcemain Phase II Project Number: 10-3009C Subcontractor Name Item Numbers ' Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers i Subcontractor Name Item Numbers Subcontractor Name ' Item Numbers CONTRACTOR'S SIGNATURE L Shinni , Region Man ger GBI Central storm Water Forcemam Phase II/Inou 19 June 22, 2012 Project Number 10-3009C PER ADDENDUM 1 SUBCONTRACTOR LIST ' (Contracts over 1 million dollars) Name of Bidder: Goodfellow Bros. , Inc. Project Name: Central Avenue S. Storm Water Forcemain Phase II Project Number: 10-3009C ' 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 Cc�poltioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name: i ' June 26, 2012 S. n ure dder Date Lane Shinnick Region Manager Central Storm Water Forcemain Phase II/Inouye 20 June 22, 2012 Project Number 10-3009C PER ADDENDUM 1 -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 RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that ' the bidder is not responsible to perform the contract work. ' Central Storm Water Forcemain Phase II/Inouye 21 June 22, 2012 Project Number 10-3009C PER ADDENDUM 1 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 MAYALSO 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 Qthatinfor ation provided herein is true and sufficiently complete so as n ' SUBMITTED BY: NAME: ane ick, Region N>`anager ADDRESS: P.O. Box 1419 Maple Valley WA 98038 PRINCIPAL OFFICE: Goodfellow Bros. , Inc. ' ADDRESS: P.O. Box 1419 ' Maple Valley WA 98038 PHONE: ( 425) 432-2202 FAX: ( 425) 432-1555 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. ' 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 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). Central Storm Water Forcemain Phase II/Inouye 22 June 22, 2012 Project Number 10-3009C PER ADDENDUM 1 ' 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? ' 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 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 organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): i e 2.5 If your organization is individually owned, answer the following: ■ 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 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? Central Storm Water Forcemain Phase II/Inouye 23 June 22, 2012 t Project Number 10-3009C PER ADDENDUM 1 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.) 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. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the ma}or 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: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. S. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 1 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. Central Storm Water Forcemain Phase II/Inouye 24 June 22, 2012 Project Number. 10-3009C PER ADDENDUM 1 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for Income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this 26th d=dfq414 J e 2012. Name of Organization: ros . , Inca By. Title: L ne Shi ick, Regions Ma ager 7,2 Lane shinnick , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and swor bef e thi 26thday of x ��Nkc �f ry 2012. �pTA Notary Public: Linda M./Howe -King s = - • - cc My Commission Expires: 06/29/201 °ii®vwit \� $iy9+�O��29 SN �; Central Storm Water Forcemain Phase II/Inouye 25 ih }WA ``�� June 22, 2012 Project Number 10-3009C PER ADDENDUM 1 CORPORATE DESIGNATION OF AUTHORITY The undersigned, President and Secretary of Goodfellow Bros., Inc., a Washington corporation, pursuant to their authority as corporate officers hereby adopt the following designation of corporate authority. That Lane N. Shinnick is authorized on behalf of the corporation to execute for and on behalf of the corporation any and all construction contracts with owners of projects and any and all subcontracts with 1 subcontractors for construction projects and Bid documents and Bid Bonds. This authorization shall be effective through the 31st day of January 2013. EFFECTIVE as of the 26thday of June 2012. CU �s C", L L Chad S. Goodfelow, resident Cynthia K. Beattie, Secretary i - DEPARTMENT OF LABOR AND INDUSTRIES REGISTERED AS PROVIDED BY LAW AS CONST CONTR GENERAL REGIST # EXP.DATE CC01 GOODFB*370N0 11/30/2012 EFFECTIVE DATE 8/20/1963 GOODFELLOW BROS INC PO BOX 598 WENATCHEE WA 98801 F625-052-000(8/97) 7 • MASTER LICENSE SERVICE PO Box 9034.Olympia,WA 98507-9034• (360)664-1400 y9°Y REGISTRATIONS AND LICENSES STATE OF WASHINGTON Unified Business ID #: 048 000 968 � t Domestic Public Service Corporation Business ID #: 1 Location: 2 GOODFELLOW BROS. , INC. GOODFELLOW BROS. INC. 22035 SE WAX RD MAPLE VALLEY WA 98038 TAX REGISTRATION a ,I I r i I, iys ttr�4s .r it 1 x4 I a - 1 �r The licensee named above has been issued the business registrations or licenses listed By accepting this document the licensee certifies the information provided ��WG on the application for these licenses was complete,true,and accurate to the best i of his or her knowledge,and that business will be conducted in compliance with i all applicable Washington state,county,and city regulations D'roctor,Department of Uceril ca'—V5'�i"#v ' r Verify Workers' Comp Premium Status -Account Information Page 1 of 2 Washington State Department of Labor & industries Venfy Workers Comp Premium status.Account Information Did you know... that under Washington State law",you may be liable for the unpaid workers'compensation (industrial insurance)premiums of any business you hue or contract with?(`See RCW 51 12 07D) In the construction industry,you can protect yourself from liability for your subcontractor's unpaid premiums Click here to see what you have to do ' L&I will track a contractor for you and tell you if their status changes. If this is a contractor whose premiums and license are current,a"Submit Contractor Tracking Request"link will appear in the certificate below. Click it to fill out a Tracking Request. If the contractor fails to pay workers'comp premiums or renew their contractor registration or if their electrical contractor license is suspended or revoked within one year of the start-date on your tracking request, L&I will send you a notification letter. Department of Labor and Industries Employer Liability Certificate Date: o6/2I/20I2 UBI#: 048 DOD 968--Check for active Department of Revenue tax account Legal Business Name: GOODFELLOW BROS INC Account#: 028,618-00 'Doing Business As'Name: GOODFELLOW BROS INC Estimated Workers Reported: Quarter 1 of Year 2012"51 to 75 Workers" (See Description Below) Workers'Camp Premium Status* Account is current Firm has voluntarily reported and paid their premiums. Licensed Contractor? License: Yes -- Get contractor's license history. Expire Date: GOODFB*37oNo u/30/20I2 Submit Contractor Tracking Request here to be notified if this contractor's premium or license status changes during the next year. Risk Classification: Get risk classification information Expenence Factor. Get experience factor history. Account Representative: T2/GARY HONC(360)902-4825-Email: HONC235Ltni wa gov IWhat does "Estimated Workers Reported"mean? https //fortress.wa.gov/lni/crpsi/Acctlnfo.aspx?Accountld=02861800&Businessld=048000... 6/21/2012 Verify Workers' Comp Premium Status -Account Information Page 2 of 2 Estimated workers reported represents the number of full time position requiring at least 48o hours of work per calendar quarter.A single 48o 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 51.12.050 and 51.16.190). ' ®Washington State Dept.of Labor&Industries.Use of this site is subject to the laws of the state of Washington Acce g �"Washingtoty* .f 1^ I flir[II µth�Ite t 1 1 t i t httns://fortress.wa.>;ov/lni/crpsi/Acctlnfo.asvx?AccountId=02861800&Business1d=048000... 6/21/2012 OOO�Ff,1,LOW BROS.I�Q 0 o GOODFELLOW BROS., INC. GENERAL CONTRACTOR RAL CONTRI`�'�O� l June 26, 2012 City of Kent City Clerk's Office 220 4th Avenue South Kent, WA 98032-5985 To Whom It May Concern: This is to certify that Goodfellow Bros., Inc. are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). Please contact me should you have any questions or need further information at (425) 432-2202. Sincerely, GOOD FELL BROS, INC. Lane S k Region Manager LS:II P 0 BOX 598 • WENATCHEE,WA 98807 ' PHONE (509)662.7111 • FAX (509)662.2621 • VWVW GOODFELLOWBROS COM •GOODFB•370NO Corporation Contractor's Class Contractors License State License No. License No. (if applicable) Expiration Date Alaska 32719 AA-1630 12/31/2012 Arizona F-040745-0 178931 A 05/31/2012 California C0532029 1249853 A 01/31/2012 Colorado 881092814 Guam 16971 Hawaii 0003844F1 ABC-7046 A B &C 0 913 0/2 01 2 Idaho 111265-AAA-1-2 05/31/2012 Montana 6032 16632A 10/10/2013 Nevada 1436-8 124353 01/31/2012 North Dakota 29 169,700 42144 03/01/2012 Oregon 007009-22 71265 02/04/2013 Palau Goodfellow Bros Palau Inc WA UBI No 601-851-379 Saipan 11-8178-92N Utah 46173 249145-5551 11/30/2013 Washington 048-000-968 GOODFB"370NO 11/30/2012 Wyoming 80-124523 Canada Alberta 2116232576 British Columbia BC 0047830 Goodfellow Bros Canada Ltd Manitoba 5716374 Saskatchenewan 101188187 1 I 1 r Updated January 23,2012 Yx Z C C C C C C C C C C C C O 0 0 0 0 0 0 0 0 0 0 O O UD KO KG Ca b(`1 LO KO YA O KO sa KO A A m > j A A j AJ , J J J J J . C . L G J A AmA m El N & L L0 mNNJ O Y Y Y Y Y f Y Y Y Y Y O O Y r2 Y Y Y 3 3 3 3 3 3 3 3 3 3 3 3 0 0 e-I M 41 N m N m O r °f OJ r N Of N N O1 y Of lO d M b N d Of b N. •'I O1 r t!1 M m W N M r V1 V r d O O b O b M S N M r CO d b N O N M M O N O N r N i!1 N Vi Vf M N r r d N m r y N d °1 01 t0 Ol Z O b 0 Ot d O N m m M Vl O °f d Of N m LCl r N lG M r� DJ d V1 lD m V1 M M O] O d m O] r rl b d m ti r l0 M d N M O Val N C T W W O1 � d ti N Uf fC1 V1 a m � Vpl m h rl 01 b M O O Ol' yN Ol d "'�n t'/1 d b n 01 LD n N� N1 01 ll n n N O Y O M O M N nr'f Vt �N-I r .ri b V o b rl t0 d N rl b O r N CO M N N d Opt nm'1 N b V1 M O N U1 m rl b M M m e'i N d N ti l0 N eti nl M R N d ti N a-1 OI W Z b m O O 01 N r'I O O O y Ol M '1 rl T VI b O N O Vt r M O � M M O m m p y N O �'1 111 VI N DJ r O O r Ot O O O b b O O O b '1 rl S M M CO Of tCi P Ot O M r r O O M O N r m N O O m CO t0 m r N M M M e'I „1 O Ot fl m N m x N d M m .y W rl lO O p d Vf Of N N N m Vf N O r b V1 fP '-1 O O1 O d d N N y I!1 O Of M Vf Vl N 1 9 S O 01 b N OJ d N 'i b m d ✓1 r N IT M. 9 O �/1 r b r r b M 01 w qT (T T O N m r M T L 1 N r Vl Ot m m O M M f� N rl N m w IT1- I� N VI M T ✓1 N O OI Ol �D V1 t� N N N M O ti lO n'1 M r M A O A O V1 d O I� VI tb ei C M M O N r d M .-1 m m fl N m M .i d d �O r d r r b N m r r M r N 10 d r r vl r b r d r d d r of d m b �O r r d d N O� r b N 01 d m vl N p O� M 10 vl d W DJ Vl N N Vf Vl O] m b Ol N pi m r 01 Ot N N m N N N M M N 01 N m m V r r l0 m 01 N N N H �(1 N VI V1 O� m Ol O M M M M O m M M W m CO W W m m m CO D] W m m m m m m O] m m m W m m m m d m m m m m Z d M d p ✓I ON V1 N M N N O M b VI � m m m m m m m m m m m m m m m m m m m CO W W m m m m M m m m m DJ O V i p ri G E E m E c i « `a E m F rmi W 'O p C 7« p p N N C N J N C pp E N O T A a o c o o _$ E r. H m 0 S E Y L g p C c - n H A c E n m s j n 0- n E m a m iv w ai Va' c_ c m y Z o Z v x o a t m w E v 2 m t y z E in c m c `m v 0 c w v v E �e « u a s u v n g E > m ' - o y a c o o c "' 3 A L z Z 2 a `m v w d m w O a '� = @ O c a m o 5 vsi `m s w i m` Y o ro E y a @ c Y O m 6 S w U 0 uY N m m m K N O Y N U V' H V' N Q m VI U Y d VI Q O 6 C a0 E E E v m C « @ G C 2q S. .Z jy Y T \ ✓ W o m V c E 3 `@ � cEw a' a T3 Z u z J U T �O an 3p io a ac� c cu cnO cmU co c0 y C C Fp- ip- xpOr FO 0O J OnO OnO o o n u u 2 « u V00 SO 00 Y Oa nOv OH £a 0 c OE T o E O p p O 0 O J m vl x w E m Z o f G C c o o m w p G E �`' w v > > g m m m 0 > V a 6 N aa+ = Q C 1I pOOww VOwJOmOW LmcNp 3aCA Wo A N xR x_o uoCw NA «@N N@@@ 02_o 0 G0 x Ud0 oYa= LEv 0= 0gJ 023 m0c3 `x0 ww 0 Jo mYaAA V2a@N1 Nx«E N o E0oE vmoC oVE0 cZ@wC YoVomc0 E > c o 0 V V V U V EE drnm a V l°J V Y 3 A A A 6 1 V 1 wO C C y � 116 C C C C .rL C Y N N 0 0 0 m m E E mT E a E ° .y 3 3 3 w w v E £ E m Y Y m m °� 'a. m 5 A vY. m E "' a E cm a E ' n n a a v o 0 0 0 o O I`- o L' �'o m p ,o I- o 3 d o v v� I J 1 � 3 �n = ^' c N O w N N O > o L - v �' v o " v O '-^ w �' o ` O ` a a J O v ia. G @ N C C V V1 G tf « G E = v v w c w E v a` 3a` u3z3 � 3330 u 3E v 0v uL'm v y v n E ¢` x00 w7 o aw d°'lw7 im >' y ow0L6¢ly7 >a ` ¢¢a` 3 w o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 T N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N °c a - a E L m L in A 4 o r a a a E v H j w a o. a Y c m u m n N .� u - > r ° n N - a>' s o@ m a c 3 a` 3 m° ¢ E 2 E z n E « a a_ u m J L o 3 m " c a 2 o ¢ v Y m E a s - a v @ 0 3 a w si w 0,c = > 0 @ c E o 1p a t 2' Z 3 c@ E J ¢ > u 0 O o @ 2 A g p y 0 v A ac @ c '° c c c I c T v J p 2'a y A E N E A 3 .x E E E@ v s E 3 m ? O Y m '-° 0 0 m m = p@ m L 3 0 0@@ E w > w3 �n x �n 3 >iu u = in w u w w '> c x m x ?i �°nx 3 x 3 uU x = ox ¢ n Y = u 3 w m m O O O O ti N N N N N M d d wl b m b b b b b b b d m b b b b b r r M y, in �n m b m �0 l0 l0 m io b io �0 r r r r r r r r r r r r r �r n n n O N N N N N N N M M M M M M M M M b b 1D l0 10 40 b b b b b b b b l0 10 1h 10 b b 1p l0 b l0 b b b b b l0 b 0 0 0 0 0 0 0 0 0 0 m m m m m ow m E ow £ m w w E m m m m m m' m A m m m m m m u x f O S roe x x Y N N = H L N L N N a v a v o, v o, v w ` i. E f g f g p 3 3 3 3 3 3 3 3 3 3 0` o o` 0 3 0 3 0 o 0 3 0 z oNry Nm nin .vM mbN �n oM mb in0 m dm bin w mb mm bb nd o .+ n mon z o+ o n b M n m �n ry n .�. n m b rn m N o �n ry m .y m .i N o c?n in �n o+ eo m m �n n �o m n �d in n d M d m m O T v1 O1 O ti 01 m �-1 n b M rl T rl V1 N O n h et pl M N Of OI N n n b O 01 Oi N O O m O r1 e'1 h M m n O d Ol N N 'L ei vl W y d N b eel M N N 01 b G O O O N M n b m d n b O m Vl N m b 01 e1 rl N N m V1 M m Ot m m b N b b O] M O N N M n m V1 m lO n O Ilf C;cl N O M d d r1 m N N 1 01 N l!f N N N N V N M �-I N 1 N m O M N N b n '1 N w z n e1 pp n N O N d V1 m n .-� b m 0 n O 0 yy N of n m N n N 0 VI 0 0 0 b b n ei m d N n b of �-1 S M O in n M vi M .i a e-i O b 0 m N O b d N O S O O S N O m m O N m x d V1 C Q N M m O m N Gp, nOn NNd NIV�f Onn WOVlt Nvnl lrM0l mbr-1 Onn N� Nhm tmMr01 ONn VNVl1 bqOr4 rvbNVl m'cI!fi1 1 NOr0l hOhe-I ONm Nnb NVMf NdM Om I?nm Vd mn yNT m✓M� NTg mn �dnD dnvl M O NN N N O ONm w OnO t , d O d id 2N V1 b d r¢ N b M N N N m O1 N N 01 Ol M d b d d �n d N M Vl d n N n N d M d M d M d m M N N N m N N N N M b N d' 2 O N 0 0 0 O O O O O O ti O O O vl O O O O O O O O O O O O O O O p m N m m m m m m m m m m m d N d d N d m m Vf N N ✓i V1 V1 m V1 m Vf V1 b M N m m m m m m m m m m m m m U Y O z = m z O > U m Z ¢ ss a O O L O a O 3 Z z O K m Z Z y y R E r m vi a w O m W w w w Z Z Z w K s z z cQ > O m m 6 a N c a 3 1O A N R w p Y Z in �+ N h W w FY- m _« L E o o x m 3 E c r o um_ y C d 3 v Z y tLi L j Q w 1- CC) m C n l7 W } 3 N = N U `- Y N Q 00 LL. 2 U_' } m 2 y Z Z ,� v c z m Z Z z z O w z O O m a w v c v v o H c N c k 1- j w O F 2 O p w O x s a Q V > Q Z V w > ¢ v R Y a �`. E E c L > E s O s W 7 Y_ 6 O m m s F w s N s Y_ N _u O w W Z Y W C v > o 0 o R o 0u ¢ f- O xs 0000 `� xa x Oa a: � x � � x 0 Oti ¢ �n O iri > F si� F s pH u m min of uF- u m m Y Y u V 0 V' m mu �nm 3u s s �n vi v £ v R e R 3 0 } o n 3 {41 0 f Z Z LL LL m 1A U > W LL W n O rr O O W Z Z z m z U V LL a O O m O O U_ W m 2 LL z a o o u 3 o p b r y O a - z z z 0 a o o F m J z p� 0 R �pR O�R ont1 ocsD-O Q m' iw in N w ? � zu+ �w Hw w wQ O u 1- J 3 G ua c ¢ ° HoFO o o o g pa Z a JUU z -Z z z �z Z ¢ m c ° m 3 zz o a wZg uz um o Qa z u > O � ° o u � u .2 O auwp z wz O adO O po ocoo E o F- cNor u z m J w ` �n �n z O E J ¢ R o `o } �. m �' > > > LL � oa � s � s � � � 00 � E u Jzsz � � g c3g2 a 1 O O c v c c R c E R ° c v O g 0 Z a o Q w w Q Q a U F Q O p Z w w Z Q 0 U $ p W , ap L i , _ O w O w x �n C v .}m p V O in H m w m Q w m w Y O Q Q p 0 2 S Q N p "' u 0 u u Yn u u Y n u > vzi u H H a c x vRi u c ¢ u Q ¢ O a s u Z Y ou 2 m u0 x a u 2 O d v w w a m u C C C C C C C O O O O O U u m C C C C C C C R R R R R W Y C Y C C C C C C C C C a CO 0 R O R R R R JN. T R R . � R Cl '� E E RE E R N R E v c c E c v E w v v v ` v ` E R E E E E E R R R E R R - E - o 0 0 0 0 o a o o o a o 0 0 0 o i i i i v « i J a J N v v v u v v v v v in �n v v v v v c �n 01 3 , 3 c v i , 3 o 0 o c c c E c - o c c c o c w c o o o o N o c i0 c E N c c fO c c i «v, v v w w w c w V m w w w u w V m u n m a a �° t v v E v R R m a = 0 v i `v a s -o o Y a c _ a o. = c n y u c ii c > _ a > > > c E c c c Y c c c c n a = � aa � 0aa R � w v v n` 3 n` n` a a 3 3 3 w 3 l7 U l'J 3 � 3 ¢ u 3 � u l'J a < •+ •+ � .� .+ � •. �+ .+ N ti �+ .� o 0 0000 a 0000 0000 0000 000 00 00 0000000 00 w o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 } N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N w E > _ _ v n w g u m n ¢ m v~i Z O p m Q w O U OJ m m v wi S LL a u > w Z �n a C7 ❑ M l'J p u a LL FW- � 3 ,j 'n �o J v R R = v � ? i� rm- ozwa � 3 wzz3z ¢ � zzowgoo � g@rsggoZN Rx v o m33 m pspa min o � w z O O wYwa 2 w w a g_ wQ az o w g Zop O z ^ uLL m wa z z0 O a .a Q o a w z o a o N N U Y V O. V Y Y n 2 F In U N m VI 6 Y F- d H S S J J 0 3 m g 1 2 R 2 W Z Y V S p O - - M d n m - N M - b n at M d Vl 1p Ol N d b m O O In J1 N n d m V1 M O W d m Z d �n b l0 10 1p lD n n n n n m O rl ey rl N N N N M n t!1 n V1 b n m N m d �n 01 O m V1 n n m Ol d in lO b n n m n n n n n n n n n n n n n b �O b b b b b b 1p tp N M M V d d d �/1 N l!1 V1 Vf W N � N N H b b b b b b b O b b b �O i0 �p b b b lO 1p 1p b N N N N N N N N N N M M M M M M M m M M M M b W b b b b b 1p ip b b b m O O O O O m m A m Y Y Y Y Y J J J J J 0 0 0 O O O O O O O O O m a1 J J J J O L L L L L pp pp pp pp pp pp pp pp pp pq ty Op C C ¢U g m q m q m q m q x y Y x o 0 0 76 0 0 0 0 0 0 0 v d r H o 0 0 0 0 0 0 0 0 0 0 0 3 3 •i p rl a N O m M n N �-1 O n M M tt�� Cl VJ' N O O N s{ lD O1 O VI n II1 Q m M b n t!1 M O1 M N rl Q O1 b Vf n O1 C m 01 Q S n n b ei m m C 1O rl h M rl Q tD m O O N S M N m Q Q Ol L!1 n n O m M M ei O b N b n Z V M Ol Ot O1 O ill of I!f r% Q M Q M O 0 O b Q M a N . h w M h 'i N n M O & N N n "'� N n m O Ol b N m Ot m b VI �O O M LD Q h rv1 N O m O Q N 0 O Q M O Q O 1 9 M m M m m m rl m N O I l m M Vf M "I r1 C t0 V1 "'� ti N n ° M n M b DJ n b b Q of Ot Ol O M Vf VI M . b O lc N Q m b w M Q O1 Q tO M N N Q N Q N M O m vl m h Ot M ei O m M Q N M rl Vl b M O It m m M M Vf M O N n O Q m N rl e4 N n .-I rl m rl M O rl N M m m rl lD m Q I�11 N .ti.i'i b t0 bO ey (�I '1 Q b m e4 e1 ei N vi W Z ya nOm .+ M inoMowty{ M .� 8 whin Mb � Wl .+ ynh " mryry - �o .I o .a oo inb m M b CO N T m Q Q N T .Mi b .M-, N m 0 W N T a m m n "M'I n n N l0 N y �y Ir In 'i '1 V1 0 V1 m M m ti b N D ei M m b M M N �r{l N t0 b b M M N n b O m O l0 v1 V1 b d h f1 b m O M 0 �O m O Vt rl M 'i 'i O N m b O O N h n N ey N N W M m . rl m m M M n g m N h N N O b Q ¢ O n O O y O Q M W O V1 M O M n fil M N Q Q N y O N N O d I� M n n W n W m Q yMj yMj T p�1 N ill vMl N Q N b vNf lN0 N M T N O t!1 CO n N VI m m m Q m m tQ+f M Q h Q m N N N m m DJ m a Q n M y' M M Vf VI b M M b m b �/1 b V Vl m m b m m m m h w m m m m m m oo m N o m m ao m m m m ZpO O mmm i ini nmmiOno mO iNn vNi W M W m m m m CO OJ t!1 �N �Vf �O Vf VI N Vl N t!1 Q � U ' a z w O� a Z 2 z z w Y C Z � owzla- oai �" z � � xxx n '' �.I waoiizxCGg g �_" > z cszzw < z 0gw O O 0u 2 -x ie y F- W W l7 m_ Q Y N F O D y w O ~W O a 2 Z Q w ¢ LL y w Nei Z '�^ w W H Z w Z Q C m v�ii > z Q ~ O m > Q Q Q y m o w w M 2 m i H = a z 3 0 z l9 ¢ 3 w F x x a w z Z w z ug z w �n M �n w a x Q 3 Z Quxo ¢ a � 3: 2; a � „' � � zOa3 � � o � � z � � � a ? avwi � � p Om °mm° r � im0 m � 19 Y K V O N V' w V- < 4 U' U' Y m I N 0 a � a K K j tL K N a a F LL w u Z O i SF3 = oQo o � � o 00 � oz � x a G � w °zo Boa ° aao3Q M O V O w F '^ > > > o r' °-� 0 z w O - O W z a u w ° _ w a w o w v 2 u m a a x W o W x 3 L w w z u u o o_ w 3 auv4zFa � d � auz zzxoo � z � � as ° z � � � ° s 'o '0000 ° o � u2w50 o G J 0 3 0 LL o k o o u u o = 0 0 Z v u u 2 x S Z U b z 0 O W_ �n u ¢ m p w V U u V Z - z U Z U Z_ Z_ ° O Z vi w N O p O w z ¢ M u0 o a ° o W a m _ J a o W o 0 0 > � > > w m z ° a d a z z z m a u u z a w m L ' - o s z u a - J rc g v u u u ¢ ¢ ¢ D u ¢ a 0 l7 ¢ z ¢ q 0 0. m o O x O w d a x 1= in � a x a a r < Z O z a z _ 2 N ¢ ¢ m y c Y ¢ _ p Q z z z x O w u ° a O x t i s r i u of u ¢ i w i i ¢ 3 w x 0 0 0 a s a a u w u Z G g 5 > » a g 3 a 3 a 0 m J u Y u u r vi a �n a o 2 u x u u a o a w u u u u u f f a x ¢ u w u u O O O u a O u v w m a v w w a aNi c c c c c c c c c E E E E E E E E E V V V U V U U V u m v v v v v v v v v 3 q m m m q q m q O V G 1 6 a 6 d d tL 6 W C C C C C C C C C C C C C C C 1 N� E E E E m q E N m q m q m q N m q m E E m' N 4E m' E 4 N a m "0 v >s° ~ o4' o o ~ EI- I- �o no n� ° �° ~ nE fl.FF o o nnn c o 0 0 0 o. a 3 = w 3 = 3 = 3 3 w` o v v Y 0 3 0 v c = w 0 0 0 - - >> o o o 3 3 3 3 0 O > > > > c c > > > > > = 3a I � �'n3N33 J w _ w3 C J3 v -66 v l J c v v v v =o 7yi N " oo '—^ U g A p v v O O O U ` C _ C N « C C ate+ « Y w U . 3 a 3 3 1 > c > 3 v v c c l 3 c s j a _ w w j y i = = c_ I c c n v n y v n v a v v v g y y 8' v v v c v d V' w U VI l.� d V' O 6 l7 U N 2 N N u d V' d V1 C a V VOl 2 2 1 S 6 d d U U U` 0 J Q m 6. K O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m m m m m m m m m m m m m O pp O O o O y O N O N O N 0 0 0 0 N O N O N H O 0 0 N O 0 0 0 0 N O N O N O O N 0 O N O N O O N O N O O O N O W J W ynj -L CCJ 2' ° e1 .6 ° K = J C J W Z _ r>a _ < QZ I a c a C V w O ¢ J Z z Z w aN Q a V d Q 6 Y w O a w 0 2 L - S p� LL w W u w W Z w z Z f' o ¢ ¢ ti a Z a a w O O a 0 '^ > w ° ¢ m a m - a p e O a U p o Z a c¢ z w � a 3 3 � u 3 x u a i � x z u w a o � � w 3 > � � w c u < - w n , Fz - - 5 LL � � H W u J O ¢ U u a a x v'^i V ¢ z w z a y U x a S x O s z ° w ❑ a F 0 �f O I- O ° a ^ z 0 > z 3 ,u� W z z_ 0 z 3 a a a a W Q z 3 a o w e o s 0 0 ,N - az oQQ ua w JN, E= W > a wWxa a 6 K m 2 3 W Y V Y Y ¢ W a a 0 J a a Z w O O a ¢ a ° fL p ° Z Z y Z 3 m ? °¢ N p _r 0 g x a Q Y o w LD 0 a i a o > z z a i i .. 5 3 i i a w a o m x s N o V p a a� O ¢ Z Z W V w ¢ U K Q J Z p N Q Q a 0 0 Y O I Z Z N W t Vt�� p O 0 w J = 0 Y Y U Y a u a Y 3 a a 3 r d > a pY YY 6 2 2 2 Y rG 2 6 1' a Z 7 V > > Q O N m d W 44 J W H V a a N m U U' V Y > w ° O] N V1 h M b OJ u1 b O M m O N m O n Q m ei M N h tO M h �-1 m rl Q O vl Q Z n m m m m rl N N M M N fl M Vt b l0 n m m O n m rl b m N M m O N n O b O m O M Q CO O ci m M m 0 •+ h pp� m b b b b b n 1� h h n v1 b 10 b 1p b 1p b b Vf l0 l0 n V1 to b b b n H V) b l0 n n N N N N M M M Q Q tl1 L!1 m �O p b b 1p b b b �D b 40 1p b b b �O 1p 1p ip b b b tp b b b l0 b b i0 b b 1p b b b N M M M M M M M M M M M Q ry yC yC yC O m �D OG A Y A - Y ip A A A A A A Y o o ; ,'o o o ; ; A A ro 3 a m m g 3 3m n J333 Z d ti N M m M m vt �p M n b O v1 VI O h T M O .� O rl M b T ul ei Ol N d N 00 b M O O a1 O M .-1 N n 1D N d d O 0 b0 Ni.V1 1N Nh •-1 NOR Ih0 Na ii hb Mn N t0 T b OV b m ab Ob a1'bO O NN rml Omtim N d r', SI r1[�1 m M n rnl ml 2'n M d O1 al VI NNy m m NmNbm Nu O a d d d ' O rdm w b I N t M 1 N O T "I N N N m N -1 vI Ili N N N rl Ci .-I ri Q M rl N N e'I N Z O N h 4!1 Npnx 61 1l9 MNI 19f M Me-I V1i1t ONI Wmp lyG lO0 ym COa Me} m� mNN MNO N�m} 0MIT WN'/ NmN mmN Nh Mnm Mmn MbO OMN NNO M�b 1NM� O1f l TM 'anil nm� Oml9 NOn M1i MNO IT VmO1 MV1 'nm1 OI'?nf NW" matI1 N�N 4NA0 rn ob 6 O V ONm b m m m Uvl Vf N d d d n n M N n M b N h d d b n n d d N d d m a M m M d N m '/1 d m V Mm n d b rl d d ti m d d OI N N d m N m of m m m M N N d Ot m m N n m N N m C M d n N M d m N '/1 al �A m M N m N al N N ti m m m m m o m m m w ry m m m m m m m m m �n m m:i m m mpp m m m m m m m m m oo m M m m m o z N N N 0 0 0 0 ei 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N U ` W W a QZ m Z Z wa3 � ? QO 0 Qw m L x wZ� No 3 O 0Y o� 8wU. N 2 z u o w O r xr3 � r > r wzwin `^ 'nLL u � taw r 'np rz > ozw_ z zZ LO3 O O Y ❑ w w zQ w ¢G Q zQ r w Q m O ¢ w 'i S O r H Q Y c ama O w aa~ 4 ¢ ¢ w x V > z c h K O m E; m K Q O 'n vi V O m m U l7 Y Y > O l9 Y Y 0 p 5: O J O c Z m O z z z o z p 3 Z 3 z z a U V Z w 0ly J z ZZadu uJz � uz m � m Z Qm � OOz OJ ga 1' z H 30 20 _ z Ou zu m 0 ¢ a z w Ci p m Qu uG p 0 u a s O V z Z x = ¢ O x O F- O m ? O W p O a N a Y w 3 r 2 N "' y w > O ra > < a w Q z 3 a i 3 w z a J a 3 z a Z a Q z m oG GioLLZzoZa � a' aa >'z_ � � o � awa � d � oo � oNGooa2z0 ° Qoa � a ¢ m � w � ou e J z � � O ,a, ,�, Y Sxo � xz _ "' � W � a � z � s s JOmzV x zpx xz � 2i2z � v w O z w a c 3 u Q x z a g O Z s O Q u• Z J J Z Z O ' °� ¢ Q O Q z c_ W C W 0 n O __� _ A O C j 3 U Z Y W O p O g Z Q Z 3 J a O x W 0 0 I' 2 O J a W pW Z N G pW G pW ¢ H K V a 0. O W m W Q a 2 N O x p N V w 3 Y Y- �• F. N F W Q W < p 0 n VI j n 0 m ¢ _ ¢ a M O a Q Q J Q a Y 3 p 2 N_ N_ O F- Q 0 0 w �-- _ F. m O O 2 0 NS w �i 2 j Q i- O z z F, x '- a 0 u �n Ouc� ra ¢ 3v� x ¢ v, mxuYuu ¢ 3x ¢ Yw � � ? u xx � v� u 26O �n u �n > x �n .� ¢Y z uu f O u w a�i u a u w w v m a7 u e� a`7 m m w c c E c c e c c c c c c > > > 0 9 E > > > > > > > > > E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E a o 0 0 0 0 o a o 0 0 0 0 0 0 0 u u V u u u u u u u u u u u u u m a v v v v v v v v v v v v v v v p C C C C C C C C C C C C C C C C 3 A A A A A A A A A A A A A LL d d n n 1 6 6 d a 6 n n 6 n G. 6 W C C C C C C C C C C C C C C C C C C C G 6 A A A A A N A A A A N A A A A W E A E E E y E E E ,y A A E A E c c c c c c e c c c A v3 w v w a~ci � q w H v v v E E E E a v E v EEE EEEE Y E E o E F i0 E Y E E E E _ _ " E `O o 0 0 0 A �`- 2 n n a n o n o n n. a o n o n n n n «_ ,>. a . v 0 w u w 3 aoi w u w >'w 3 w v w u 01 2 A c 3 3 � w �•3 3 `v �`w, °' > > > > > > > « > > 1O > '° C > .v.. > > > N N c « « > > > > opo >0000 Noo a op _ pop >p o > > 0 �. 5'._ _ o3avi �n3 � i333 0 = > m m t m v y y « O O U u 3 A a u u 3 3 3 m v t > > > « > > > > m >- n n y A o o eo m i w v ry a m n 3 3 3 0 u S 2 l7 l9 O m u 0 V' A 6 vi vvi vvi Qm m m m m m m m m m m m m m m 0 m 0 m 0 m a m m m m 0 0 0 m 0 m m m m m m m m m m m m m m m m m 0 0 0 0 0 0 o O o 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O N O O O N � N O O N N O N O O O O O N �N N N N O O O O O O O O O O O O N I M a J O w m LL Y' ¢ "� 17 u1 i z O xe gO � O � 3ww > J OO r 0 Ypm0 w m ¢ j0cd 2 0 0Zz 4 u V p ¢ S w O Q 3 0 0 w u x u ti w O W Q a Z G ¢n n x O g _ z w l7 m a J n 2 w Z vaxa, lw_>g7 nw aa OsW aJ awr3 gmO w O a g n 5 U aJ ¢ > 2 O -5 � j 2 3Zw Ja Uaaaz a Z g a ¢ doo iw o w n Y ga aQ a z aa a aw > Y3 3 3 Y o o p Ovamo0i H3Zaw 0 Oww wyg x ° 0 Z m N n d m N vl m d N n N N m .i m O N d O N y m O M �O b n m N d ✓� n 'i M vl n m O N 19 n m 'n b n m N 0 t9 m O .i vl pW y n y m O "I rl N N d vt vl 10 10 tD 1p n n n m m m m m m m O O O O O '1 'i ei .-1 e-I N N N N M O N N N b Z ryry L L L L L L L L L L L L L L L L L L L p J J J J J J O O a 0 a 0 0 0 O R R R R R R R Q 3 0 0 0 m R o R � R - m R m R R d v °a° u °a° v v v a 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 ' '^ U R o 0 0 0 a F O Y f O o a 2 g g o` o o` o` o` o - p` o` 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 S O O O O b lD rl M a O O b O O O b 'i lO m b O �/1 pp N h N M m V m O fl M Ol V O T O ✓1 m N e4 OJ 'V N m �"I m O 'V N rl M lO O 01 O1 r1 m O V '-I O 'I v1 O V m < O Mv ON lV z O T m Oct D mVbl m0n1 It aO hIll Or1 bI� bN bN bM mN vO1 RelOy bill O011 bO 0b1 brl TC OVJ T1� V'lI rbl mb N v1 m m N '-I m vl N r7 N h lO O h Hf b W c b a O�O b rtf N VI W W b'I O VI�p n O O N O "I m l0 b m C N V b Vl m O) I� V1 M to M N N b 01 n N C1 t!1 O n h m V1 p N Ot N O1 T N O DJ m N V1 m m O V1 l0 01 m 1p a M m h m N V M I� b h O l b m m st Ot 1 Ol Vl N b N 1 M ti f�'1'-I fI N e-I l0 N N l� N N N a N O N N rl Q w O 01 01 01 N O Vf 01 t!1 O1 01 O Vf b 01 N l0 Z I/1 Il1 O 1p m m .-I m VI v1 lfl Ilt O vl O tli f` b O p O O O O m o 1� O m O O Vl N N O m Cl m b b 'i T l0 VI ."� m O O O v1 .-1 r1 rl � O b l0 ei ti O m ti M m m M V m S rl N N N b m N N Vt N N CO � N I� In b to n m VI T T O Vl Vl N Ol vl vl vl Ol O m V1 C I� N .-1 N N N ry h m 6 Q v Vl O O b N m T � b b b rl a-I b l0 l0 1p .'1 ei N l0 n M l0 N lC b b v h b Gw w w w m O n w n w t0 N N V lC N ry O CO m M rl W O N A N N lD Vl N N N ry V 1p I� N m m O N O O O M O Ot m m m W M M h m N m m Ill Vl I� CO N m N N ^ m N m yl O N b N Ol N Vl VI V1 ✓1 vl M b VI rl CO rl l0 rl 'I ey N h m m N N N m �+l m N Vl N N h b m N m O b T T N I� M N al m O V M m C a C l0 < m l0 O m b vl b Vl VI t/1 IA N m la-ZO Om NO OW VVl / b N t!f Ol vl Vl Vl b n Obbm m N O O fl p Q h H an 0 u1 H H w �n w > V u�I w z ¢ 7 ON Iw w Q w w w 0 U < Q < W w Q < 2 < < '2-^ w O z w o ¢ ¢ 0 w y v1 Q u V x w 2 x 2 2 uh J J S u� U In of V� In mp Q u r J z 0 Q J J t7 Y a a �' O o Q w F u o u _u u u w ¢ u a a x 0 0 0 z O m J J „z, x < 0 0 0 0 2 d x ¢ r w x x m p G 3 p x m w m m m x w in 3 3 3 i V ¢ 3 > 3 3 w Z 3 s z z z Y �l w 3 3 z o z z z z x x z ¢ Z Q Z a a Vi S a W K w x x V m m J m l>y m m m m Z z j m Z J O J > > 7 p Y O H In In C �n O ill o `-^ '-^ ¢ 0 0 '-^ `` 0 w 0 0 "q O x ¢ x O J O m O O O O O w w 0 0 J O O O O u m J J J G J w J 0- J n 0 ❑ n' V O U to Ql m d' r d' m n' m n' Y Y n' d' m ❑ m ❑ ❑ ❑ t w 0 N Q N - S F z o 0 0 o Z o o u o 0 0 0 o z z z o w ,>,, > ❑ c G ° z G o r z° x v 3 a G G U o z J G o G G d z U G G G u J o - - ❑ ❑ - - ¢ o - _ W p w 0 n O V C K 5 O .¢ 2 n ¢ w 0 Z ¢ G n K C H N _ w w N n w w w w F m l~7 H Q Q 2 O z wrrl- =2 r drrzm ❑ r , r rl- zz = z oo "' - oo oo '^ Ezo "lowN w 0 w Q u O vl O In vl O z '^ j m In �n in O p - w Z Z O 3 F = Z z z w U z z z d z z J N z z z u u vJ'2 W z p w c c M c pox g p o w o a 0 `o O w F 00 0 = z o z o o Q 0 o Z 0 0 0 o u u 3 0 '- 0 ❑ r 3 f 0 3 m z w m w 0 a m > = p J_ J_ Z 3 m J J > U J J_ Z w w 0 Z vl J J J J Z J Q 0 > ❑ O m w o a 3 x s x o E a x u x x g 2 u x a a a x x s z O z > > 3 > > > > G p o a o p a o o a 5 °� s k 3 5 3 a a J IW- i a a ❑ cJ d a a z ❑ a z z z O r U 2 S S H b ¢ 2 2 2 Q ¢ Q 2 Q p 2 2 Z w w O H z z O z Z Z Z > > a O m O ❑ > w p 0 r, J d uuu �n z � u uu ug � du a � uu ¢ mm dln = �n In atg r z Uz m m O n �n In ill In m a vl vl m in � u m m ¢ u u m 0 V w v a v w w w d w w v i a u m _ _v _w c c c c c c c c c c c c c c c c c J J J J J J J J O O J J J J E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Y V V V V U V V U U V U V V V U V V m a a a a a a a a a a s a a a a a a w v v v v v v v v v v v v v w v a 3 c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c R R R R R R R R R R R R R R R R R a a a a o a a a a a v a a a a a a W C C C C C C C C C C C C C C C C C C C C C C C C n� E E E N E E E y R R R R R R R R R R R R R R R R R E E E >' m E E E E A 3 3 m A m m c c c c 3 c c c c c c c c c c c c 3 c E E E v v v a m n E E E E o E E E E E E E E E E E E o Y E a _ « R n a. n n m n n G n n J. n n o. n a a m a u o a o 0 0 0 0 0 0 0 0 - o 0 0 0 0 =_ o .R. a v v > v $'> v v v v v v u v > > v $' > j u w u m c w w w w w a>i a O a v a w a c w 3 3 3 3 3 3 3 1 v v 9 J � I I I V v lj g R q c c - } 0 0 0 0 0 ❑ ❑ ❑ 0 ❑ >❑ ❑ v ❑ ❑ ❑ ❑ ❑ o v ❑ C C C C C W W N R N y W W W U W W W W « R aa+ N � N Y ad+ aa+ wdr u G R 5 3 3 3 v a a v 3 R > > > l > > > > 3 R R R R m n m a a3i w m o. a y o.m m m m 9 c c 5 m- > > > > y > > > > 2 m 2 = o. > _ > > > - a > 2 vl vl vl u u u H a In N S a 1 M a Z x 2 x l7 3 >i l7 2 n L m = L G m d` L d` d` x d` d a L d` m o`. n` u o. d` c m m m m m m rn m m m m m m rn o o 0 o o o 0 0 o a o a o 0 0 0 0 0 0 0 0 0 0 00 o a o 0 0 0 0 n n 0 ¢ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p W O O O O O O O O O O O O O O O O o O O O O O O O o m 0 0 0 0 0 S 0 0 0 0 0 S 0 0 0 0 0 0 0 0 u 0 y N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N Qg W- W Y W 3 0 w w W J U J z Z d 3 O Y Z „'1 b O W. Jn O = ` Z. m U n O z d ❑ In E z Z Z O z ¢ zJ i 2 m d d m `" 3 lb, p s m > o In zp - ma ¢ 3 ¢ w O w g z H V ¢ O m F. u LL ❑ ❑ a O ¢ a r Q a a ¢ O a d ¢ O d d w 3 > 3 u u w w vui u ¢ a 3 w ❑ z o E m 3 3 z g w s w w > _ - "r' a s O w u rm- 3 E E - 0 ¢ Y O w O O w_ m ,y ] m m d l9 C7 l7 w 3� l7 l7 '^ r r p m m l7 O vl ¢ O r w ¢ �_ Q J Z w d N ry m m Z O Z w 2 ❑ ❑ ❑ ❑ O ❑ ❑ r O p 0 > ❑ ❑ ❑ w Z p w ¢ ¢ m ti > 3 U Q w O F ¢ rO x O vwi s Z z N lc a E p a m m j g O m m a n 0 ¢ 0 0 0 g ¢ g a o Q' o 0 Q a w o w g o a `u u a < o 0 0 0 0 0 0 0 0 o , 0 m 3 a > o 0 0 0 x 3 ❑ ]G Y Y Y d ❑ W 3 u p ❑ ¢ S M _ '^ m 01 C 2 N w Vf V1 N Q N VI to VI 2 C to a Q 3 fL U m n' d' N ]� 2 Zm N V b Ol O w N m V 14 b m Ol m M M m V O Vf V1 Vl IO b I� N N m O 'i ei M M m M V C I� m m Ol Ol Ol at Ol Ot Cl b m l0 b l0 m l0 b m N m m m0 l0 b l0 l0 l0 l.l' l0 lD lD b b b b l0 lO lD b z A a A V ON A A A A A A A A A O 0 A = U fl O Vf V1 O O1 l0 'i 1� N Q h b N 01 N O vl N M d y O O M b ill O l� b d O hU NQ'i bN bQ OmVf OdM 0M1 lO0t 0m1 M QNt Vf ✓1 bh MN V1 h V1 Obl M Q V1 l0 Vti1 Md Nti Qd md mN NO lN0 mN O H M Q N mM 0d 0m 0O O NO mm 1Wr1 O s. Ob '1O ` N Oa w O N OOm V m m Y mOm Qn ' b n l O N O oW O1 m d W 1 N M b Ol b h M b N d M m N b N b Vf � M d al Vl b b b N O O I� M M d d d O d O d O b 01 O o0 Ol h Ol N O d T Q Ot v1 .i d vt Ol N Q N O O b Q CCC m O m m m O N rl ei A rl rl M N b N rl .i m M M N a ri vl ei N rl rl rl �i W z 0 Ol ei N m N p OI pp I� m v1 m of p M O N N m '1 N O N p� O1 m m of pp 0 0 01 rl M if1 b m m a} rl T M of Ol O O1 CO N rl OI O O O d 0 � I� O N m N b N Vf m 00 C b I� Ol O N M M d 00 N I� T b b d b N 01 O1 S N Q O O1 rl N m h M VI N b b at M N N V1 Ol N N V1 m N M O b b Ot N N VI l0 N 0O Ol O m O N t0 N l0 e-I 01 N O d al N ill N M vl d N N f-I q' OJ �0 M N ✓� vl QI N N N N 1� •i t!1 y N ti rl O N t0 rl M � N VI h M N ei b Vf N Gd m rl VI N rl N 01 N a �-1 M fi V1 W m Q O Q m y r1 N Q 1� N b l0 b N c� fl b m a1 d t!1 h N N O O m m M h OI y V1 V ul d �/1 b h M d V d d d Q l'l d h N N la d N 0� N V1 N m m m M d m d N N 1� M m M d al m N b d h N V a N m b N VI M m t0 M N N N N N l0 N m b b b N Vl b M Vl m N m GO M N N M Vl m m M VI �D N Vl N Vf �0 01 m m NI 0 O m m m m m m m m m m m m m m m m m m m m m m m m m m O m W m m m m m CO m m m m m m m m m m m m �0 z ro m ro m w m w m m m m w m o0o m ro m ro roaoo ro n w ro m w m w m w m ro m m m m w m m m � m m u i z G w ooa o a n W a Z O K 3 w 00 J '�'�' c ,n m m 0 O Y w `� w w 3 Cal w u0 �;, ¢< g JYf z Y zaQzi f 3mNYaao LLzOY W z S 00 zr oo L 0 Y 1 LL � w � z = S m m � � o � x 3 o ° o. m N Z O Z 21 w LL 3 2 2 Z M 2 > > u Z m 2 Z ¢ of a m of i W > (n W U LL W a a > J S ¢ O Z j Z Z W W a W W a Z w O U 'y J J W K O W W x O a a p O a S a O W a O H W M I- f O 1- Z w W 2 W J O p a K F O w - O U n w Y C U v1 2 M N 3 w of a m U 2 ro a d u K h V w 0 a� z z z z Z j w Z pp Z u LL w u ? O W u J O N O O O g W ot$ Z F Z O VI z f J 3 W O z S O Z Z O K Z J M O z w O p a viv� 1- K O_ O U r K F- 2 2 K O 1- o o a C w a a 0 6 0 V w p a J O w w 2 U w J a H n n n .ti O w w n m ¢ Z V w a 0 f G > W Y n O Z rc a a C s `-' 2 Z w g U u O z J W a C m s J a ,a w a o 2 o s- o - n o 0 0 g c o w o - a i J a n4 z m N F S J m w O 1' W a W O F- G O in m w F 3 3 n n V' (7 0 V a vi m Z v u u in a W u ¢ z ,n a 3 (o z o A o a (9 0 C Z a a LL a o z a a o z a a z a 0u W u a w z a ? LL a w a ¢ Z ° ¢ o LL LL N m o x Q a a u w ° a a LL S z o x o o = o 0 o z 5 �° o 0 2 ¢ a a a W z o a a a z z w W W W n o m W g z o z 3 x z Z u g o F u 3 m u o a 3 o x o S a z a p w w z o a m x x Y o > > o Q 3 Q Q z Q i t Q w o m N o o i o z m 3 0 < U o o w N Q � 0 3 owma_ a oGom o 0 > uootx W Q3o aOQFUOz J a l_^ m W a Y Y 3 u a u (D 3 F- 2 V~f 2 > Y 2 �~/1 O m a U 2 S Y Y Y n M a Y Y N ~ n a 1~II 1- �i V 2 a V 2 0 ww www w w w w w a ww E E E E E E E E E E E E E E E E E E E E E E E E E E E U U U U U U U U V U U V V v 0 w v a v v a v u v w v v c c c c c c c c c c c c c 3 � A � A A A A A A N A A N N a s a a a a a a a a a a s O a -o oa v a a a a v a a s Nv A T A A v E y w v v v E v v v y v v a y v y y y E v a v v y E y n n o c n n n n « ° n o « a n'' « a 0 0. o 0 o n 0 n n o c « « 0 r- 0 0 A = _ 0 0 0 0 = m o 3 _ o o Y = 3 0 3 3 v o m o o 0 ; 0 v v v v J v vi I v v 3 1 J vn v >i vi i E v J v v l C �2 cL ¢ 3 y 'o '^ c 3 c a a d m c u m m m u m m A 2 v V m m S m 2 `o c c in V c c W A = ? y �` m m � > i i y i a .'. = c n « c _ 3 c c m > y > > m c 3 m E L J v J m v vAvw ¢ AwA ¢ ¢ o ¢ ^' n3x a` a l7 i n 2 a n` a` a` a a U i (7 d a` ¢` u, a U V' a in l7 l9 ¢ n` V n a n (� rc x a n 5 V m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m N ¢ o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o S o 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 w o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V V w m Z w w a Q Y l7 3 w 2 y z n rVn Z z ¢ n u J zo r=- x3 , = 0 3 = wJM 3z � � � � (' a aw >a> Jz ? - � z 0o � uo3 � � z ~ m O2 J Z Y ¢ m W a > m W LL O W N S N V1 U' LL n X N > 0 J a O m - U fL 0 K a z N j O W O W W _ U Y O 3 g W ,.� Vf O J C O - S z a U Z (7 O t _ m O m a ¢ x Y > > �n O a 0 -' 2 O O V V ¢ u ¢ w ¢ O w H a N Y w w v~i O a m 0 a a m w F w n a J w c[ a LL N m W z z Z m a z a 0 a x i n n Z g a i LL a o a o a a 3 z w 3 0 E x w o M w J O a w a n a g or a 3 3 o x H w > z z o g 0 z W a ° z z d a a 3@ a Y n o m W Z W W o n a w a a O n a Y w V• J z O O w a O g x a ^' m 3 J z n g vn O `0 uag 0Qao0aaaazaw � Y � oxaaoza � � � xx � zaa J ,�',� ra zoaaoaz_ L � 3 �_^ n. Oin na3 � ¢ x � 3Ya: w � N0Y33x �e3 � = = ¢ x � Yg � 3 ¢ n � a � aH 'SY23 w z o .di v`�i ubi n n m m m m rn m o o ."i ry ry N m m a s a' voi vNi vmi vmi e n °Nor n m m m m o o .�+ m N 0 t0 b lD � la b � b b l0 b lD l0 � � b b b l0 b b b l0 b b b l0 l0 b b b b b 10 b b b l0 �0 l0 b b b b b b b N Z E p C �p O N O O O O O N Qp V O ¢ 2 S 2 2 2 Om x O1p O O O O O 2 x Y Y Y Y O x Y x Y O 2 J V1 b Of b N O O N M pl O N M N r N rl M '1 m M rl Ot O Il1 d n M b 01 m "I 01 b N N fi N M 01 m �/1 m r rl d b F V Vi 01 M N b pp T rl N m N b b m VI M Vl m M ri Ol M d r r N r V1 d ti O r M m N V m m rl m r m t0 d Ot Z N O M M O N mV•VI NVI bN NOl Od ti'-I MVl Vp O�-i VnI le m C hV OC� rm bmm Ni N dVl mNb dd g Or On dci til T O m n m V1 M °l d t!1 n Ol V N ti ei O Ot M M Q "I b Ot N O d ti n Ot n d O m ti d N m l0 vl "1 O O n r r d r M m O M Ol m m M m V1 N N N M N O N N d Of t(f m ti m N M V N M Ol m N r O n n b Ol VI N M d M d M IIf b N M Ol T m b ✓� ti N r O T L!1 d n O Yf n iIl C! O� m A'n N vi v1 N1 h N vi N n d14 m w Z 1p N O rl „1 e'I m pppp M Vl oo 'I M � pp dd 'I m O O p N N N d �-I d m rl O N lG M M � N 1!1 d M O O "1 N O m 1!1 tf1 m O d d �/f of N v1 r pp N M m m 0 Of N rl N N of OJ N D• M Vi n IA .y N l0 n O� vl N $ m d b O M °f O O N d m N x l0 r-I d N N N b b dd rq m M O T M 01 d r n M n N N M op M O N d Ol b Vf m I r N O m w m d O 0 01 M O h n r q m M .i m S N Of N N N m m N N dl M Vl m M b M b b r M M N b N M Vl 6 M m M m d O N M 1p rl Q� rl .i N. T M N Ir1 a � {p V1 d M V1 l° M M N 'i M M N M O M n Ol h a d u1 ei m N V 0C� Vl Ot d M ill CO G M M lD N N N VI VI b n � r Ol d ul d d O m m N m r b d N d N Vl Vl N 01 M M d d b N n m b N b N m M �D OI Vl r N l0 b �O T M Ol m N d m N N N N M m m d N m lD N vl N Vl t!1 M N V1 l0 b N N b M m N N M l0 VI N M b m m m m m m m m m m m m m m m M N m m m m m m m m m m m m m m m m o 0 0 0 V G E mA 3s aa .L O Ec °E N„ LE Lp d N N0p cav ¢ a m2 jC W 2 202m ° 2 a a W EO x n Wc mE = c �e _ �c u_ s u a v c c J t m m o o o v a o o c w m m " E o w w £ j L L m m $ o o a o o m o n a a n mmm Yn I- o m m F= w Y ,° w z z 2 m rc ¢ Yn u u m` > a m in vi m ❑ ❑ a I- f 12 y � w 0 n n3 0 o n «' J w ° oo y � � '^ 3 w d ' u ° m mH o o « m = c c 3 n > 3 3 m u ? z a o o c 0 3 = J = N = c c > 3 a op eo F' F- ° U - c - c 0 0 a o n o I- A F- w w pa+ 0 o n c 3 v m v a 3 a 3 c n n E n n _ H j E >, m m O ❑ a o ° w u E m J m >✓ v v d 0 a v c a .O E c n m ❑ p >' >' n n ❑ Yi x Z u o O x m x n ❑ - c Y ❑ ❑ a a c ,n ❑ o Q E a 2 m 3 s - - - = G o . a a a 3 j N Q 0 m 0 O a a a a x 0 > 0 m > > N m m a o a _' V D O W i p a O O O O O N =J R u ` s 0 0 41 N u Y O R a ° C J J m N E a O > N O V m O h u u .� n n m m m E w v m ^O O a a 2 2 2 x m ° Y 0 fp --aO 0 0 m ❑ a g C a a J Y Y C '� pay q > V a C ry a w  ❑ ¢ m m 3 3 g o u v u u a c a 'y v r Y o m v m w x u u o iO x w u m m c c c c o A m J o ,� m 5 3 y c m n m `0 0 0 0 0 6 u co 0 n m m >2 2 0 V >q a m T v v u Q _ v w v c > >a c V p d Z' 'a" 3 m « " G C Y 3 `m 3 L > > m ¢ L > ~ i = « m "o a c m 'a' « J J J o J 1O o p' o a 01 m m ? O a o s o 1p o o J @ 1O o o o L Vf O VI O O O U U U in V1 U H Y U U U u n Y 6 F- V f- Y V V Y V V >i O Q N 2 Z V1 Y N a O u C C C C C C C C C C C C C C C C C C E J J J J J J J J J J J J J J J J J E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 u u u u u u u u u u u u u u u u u u m a s a s a a a a a a a a a a a a a a 3 ° ° ° Ip N T R N N T N N N N N N N N N T IO O G 2 2 a 6 6 n 6 n 6 1 6 6 1 6 6 4 1 O a a H E a cv cv v w w E a v w w w pci a w v v E o _ i° - m 0 E E E E 'O E E E E E E E E E _ _ E a E - _ E E E _ 'y N Y s q a D. a❑ D. a a n D. n D.« n n n Z n a n o ate' 'm ¢ o c v o D a a o o ° o 0 0 0 0 = o 6 0 - o 0 0 >' a s w a c a a a a a a v a v ' > c > > N j c c c c I c > >> > 'y > > �y > > > > > > > > a O « y ry 3 u° 'oc m'u m❑ ❑ ❑ 2 ❑ o ❑ a ❑ ❑ c c c v w u c c -^ ❑ ❑ ❑ N m ` ° -' u v a f0 a 1p v w a > > > m m « a a « uo w m« m > > > > > > > > > > > > n > a a J > > > uo w w L a y c S 2 U a n u a 3 x u x a` a �n a` n` m a` n` i i i a` a` i s n` a s a` 3 U a` a s a` a` a m �n U' O n ¢ '� V z r n r r n n n n n n n n r n n n r n r r r r r r n r n n n n r n n n n r n n r n r r n r r r r n Q O o 0 o a o 0 0 ❑ 8 8 8 S o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o S S S S S S o S S S o 0 0 0 0 0 w o 0 0 0 0 0 0 0 0 oz y N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N w m E > w m e Z m- 3 b s y =_ £ s m m n ° m 3 = n c ° v M d "' iOE v w w a a a a > `a E ° o N m > 3 Cp a W O = m m Q L O LL LL O Y O ° C 2 y C a « a m m R a a N C O C C N O — __ J ❑ - O > N _ a E JG C 2 - J >) L Y O C C C N C N N m Y > O N Z m C m C a N N 2 a VI J C 'O C G q U 'O C ry N a N _ a a q v� Y 6 ` C ❑ N Y Y A C fy q 'A^ a ."xi c c c _ '-' o a ¢ m s L L a O y v� m x r A o c J Z J o E 5 C E a C N J �p ry C O a >>a L ° 6 C C C Y L �p a L q Y m L J O N O K v°i m 2 V l7 V V vJi d C d 3 3 Y Y Y Y Y > O A a a N O J O V 0 J N a O O Y Y Y Q x 6 V K O. Y zi d 2 V1 m d Y Y Q 3 Y Z m b 'i e1 Ill 1p Of M b N n m m Ol 01 O "I eMi 'r'1 N N M M M a m d V1 Vf l0 l0 lD m r m m CO m 01 Ol 01 Ol Ot O m m O N N N N M N N N M T M M M M V d y yy y d d d a d d V V y s y C d d yy y e} a d d d Y1 ON N M M M M M M lD m m b l0 b m b lO b b b �O l° b lD tD 1p b l0 vD - � 3 3 m > > A > > > 3 3 5 3 R R L L L r J O �'1 O N O V1 01 O vl O V U M F V1 Ol OJ Ot e1 b O O Z b VI N m b b O vl vl O Vf VI N O Vf O1 M n n V1 f-1 rtl O N Ol V1 N DJ N O m O m M ei c M M e'I m M OJ r'1 N O N 01 ' G rl Q W Z N yy ei Ln m � M N 'I 1� M O O O V b of b O N 0 .i M b M yy x b ��DD V1 M N Vf N O h N N h Ln eo T �- ri o tii r: v � N rn rn as v d A U V1 O1 N N n 1I1 R } M of 1� � N Q M vl M vl M M W N CO C DJ N M Y- N 00 m w ro m of N 00 b o0 c0 00 Z Ow o00 W 9 W v01 W m W m OOD W 000 O u ' G a � Z T N > T d C v d o c L d C d C L t Y A d L 1 O a � 0 0 r r N O r U Z . F z 7S E ? o a `d K d J N V 2 C O d V j C J Ip 3G � u � o � = � � Dwa o �+ O N N 6 d um O O = C d w R ~ N R R 2 V R V � i0 3u3i17 xLLua � 0 u a c_ r 0 V Y a aG O C 3 ' R w a O w � � R c o E 3 m Ye a c ' o 0 o v a — u � c i9 H C t d '� i o d o w0000000a00000 T N N N N N N N N N N N N ^1 _O W � d d d 'i 9N b U d dJ R a R Y d Y o � � x° Zb a �n b h oo M n n b n w b r GOODFELLOW BROS,INC. ' NOVEMBER30,2011 ESTIMATED COM- DESCRIPTION REVENUE PLETE 6383 VILLAGE AT POIPU 7,824,749 9495 6608 KOKEE WAIMEA PRK WTR 1,807,507 6.81 6681 KAUMUALII ALA WAI RD 295,784 97.31 6682 KEKAHA SANITARY LNDF 7,294,479 97.71 6688 KUHIO HWY WAIAKALUA 1,044,239 9294 6690 KEKAHA WELL 8 RENOV 714,347 8030 6739 LCCC KALAHEO HOUSING 1,170,346 6888 1762 ALAKALANIKAUMAKAD 289,373 5106 6763 HS BLDG C GREASE TRA 134,910 8503 6770 NAWILIWILI MAIN PH 1 3,050,000 1546 ' 6781 KAPULE HWY RESURF 6,233,776 042 6793 DOWAGROSCIENCE 2,912,002 0,21 TOTAL KAUAI 32,772,512 5460 , 6655 AHUALOA WELL DEVEL 4,849,014 92.88 6714 KONA AIR CNTRL TOWER 2,683,432 95.85 6718 LALAMILO OFFST WATER 3,184,724 95.98 6720 QUEEN K WIDEN PH 2 16,559,652 12.03 6740 PUUKAPU RESERVOIR 3,450,890 042 6758 KALO PHASE 2 1,129,834 7&98 6760 WAIMEA SIDEWALK IMP 691,000 95.41 6765 HONOKAA WWTP PH 11 4,167,699 46.20 6785 KAMAKANA VILLAGES IA 6,000,000 0.20 ' 6787 NORTH HI COMM HOSP 586,200 133 TOTAL KONA 103,302,444 2216 6397 KIHEI BIKEWAY 2,515,750 94.60 6487 MOKULELE HWY@PIILANI 26,574,272 97.55 6544 MBC MALUAKA OFFSITE 2,277,443 26.65 6581 MAUI LANI PH 6 SUBDI 6,773,325 0.53 r GOODFELLOW BROS,INC. NOVEMBER 30,2011 % ESTIMATED COM- DESCRIPTION REVENUE PLETE W91 KOR LOT 3 5,913,668 96.79 6621 R&T PARK PH 1A 1,770,000 8342 6622 KEHALANI MAUKA WTR 983,995 560 ' 6644 HAMOA WELL#2 DEVEL 810,400 158 6651 VMX GRADING 11,901,603 9723 6664 MALUAKA MAK BAY 8 5,114,607 9724 6667 HONOAPIILANI HWY 09 19,346,500 97.59 6669 SOUTH MAUI PARK 11,494,679 9812 6673 KAANAPALI P3 WELL 1,359,808 96.21 6696 MARKET STREET IMPROV 3,654,000 98.10 ' 6715 MCCC PERIMETER FENCE 954,709 9177 6719 HONOAPIILANIPH1Ell 24,850,000 3814 6730 KULA HOSPITAL WWTF 1,539,282 9113 6731 MAUI LAN]ELEMENTARY 175,100 241 6732 ML&P CANNERY LATERAL 370,000 9292 ' 6737 KOLEA RESERVOIR 699,997 017 6741 PIILANI BREAK ROOM 2,533,243 9800 6750 WAIALE WELLS 3,917,789 86.71 6752 MAHINAHINA EXPL WELL 1,227,624 2072 6754 KAHEAWA WIND FARM II 4,274,000 92.11 6755 KAMOLEWTPPUMPS 2,764,000 3902 6771 MBPIISOUTH 27,642,000 1047 ' 6778 BALDWIN HS BALL FLD 1,138,558 6526 6782 KO RESAURANT RENOV 355,000 8856 6783 ML&P SEWER IMP&WTRLN 456,000 70.52 6784 MECO GARAGE EXPANS 254,960 2370 6790 FRONT ST SEWER REHAB 1,214,770 0.44 6791 HIS BLDG C SEWER 2 73,979 0.00 6792 ANDAZ RESORT PH 1 10,121,417 1.65 6796 KEHALANI 12 WTR SWR 187,929 024 6797 MCC CHILL LINES 194,444 0.00 tTOTAL MAUI 185,334,851 61.12 i GOODFELLOW SROS,INC. N0VEMBER30,2011 ova ESTIMATED COM- DESCRIPTION REVENUE PLETE 6766 MYCOGEN FIELD STA 771,299 60.95 6779 KAWELA BRIDGE REPLC 5,954,488 0.50 6786 TAXIWAY PAVING 5,054,910 005 TOTAL MOLOKAI 11,780,697 401 ' 6173 WAIPAHU LANDFILL CLS 15,050,000 97.97 6553 NORTH SOUTH ROAD 74,591,477 9647 6654 KAPOLEI It OFFS SEINE 5,416,681 9372 1701 WAIMANALO CELL 5.8 41,447,1911 9131 6723 PEARL BUS FACPAVING 3,939,401 9699 6727 FIRST WIND KAHUKU 8,843,402 9608 6733 NIMITZ HWY RESURF 41,500,000 4403 6743 WHEELER BARRACKS 9,950,000 9D 62 6756 LYMAN SEWER PH 1&2 15,895,000 31A4 6795 CHEM WOOD PROPERTY 1,732,500 1.92 TOTAL OAHU 226,365,661 7932 344 SUNNYSIDE MAINT 2.5 55,000 54.78 356 Gresham Fairview Tra 1,577,685 98.01 358 PORT ASTORIA PATHS 883,902 9344 360 Lower Snake Rrver 15,640,000 9070 362 CENTRAL FERRY PH 2 1,191,500 9272 ' 363 IntelDIXSiteLogn; 2,291,955 95.44 364 Intel DIX CS 02.02 4,091,125 69.29 365 Intel DIXCS03.01S1 655,028 97.15 367 Intel DIX CE01 02 22 2,282,124 94.66 369 MCNARY LOCK&DAM 481,100 2593 372 LWR MONUMENTAL DAM 402,200 5.68 373 INTEL S WATERLINE 833,183 0,00 r r r GOODFELLOW BROS,INC. ' NOVEMBER 30,2011 eta ESTIMATED COM- DESCRIPTION REVENUE PLETE 374 PALOUSE WIND FARM 1,973,100 5274 r375 INTEL PRWG AREA 456 4,100,000 1350 376 2011 HLI SITE IMPROV 223,690 41.72 377 INTEL HJLCAMPUS SPGC 63,600 0.00 TOTAL OREGON 36,745,192 74.39 2625 STEWART ROAD IMPROVM 5,096,682 98.10 2629 176TH STREET EAST 9,600,000 8960 2635 176th Street East-Wa 7,604,000 77.36 2639 KOOTENAI HABITAT PHI 2,400,000 59.16 2640 MASTERPARK LOT C EXP 3,082,352 82.83 2641 176th Street East 2,283,000 8250 2643 HOLDEN MINE 2011 180,100 5991 TOTAL WESTERN WASHINGTO 3%246,134 8456 r 8000 HALKIRK WIND FARM 5,363,500 0.00 TOTAL CANADA 5,363,500 000 ' REPORT TOTAL 630,910,981 60.90 1 1 r r r r GOODFELLOW BROS., INC. - EXPERIENCED, FULL-TIME KEY INDIVIDUALS YEARS EMPLOYEE NAME TITLE EXP. CLASSES OF WORK MES ARNOLD GPS SPECIALIST 27 GRADING, EXCAVATION, UTILITIES TEVE BARTHOLOMEW PROJECT MANAGER 33 GRADING, EXCAVATION, UTILITIES YNTHIA K BEATTIE CORPORATE SECRETARY 39 FINANCIAL ASSISTANT ANIE BERNARDO ESTIMATOR 13 GRADING, EXCAVATION, UTILITIES iAVIS BLACK COST ENGINEER 8 GRADING, EXCAVATION, UTILITIES ic BROWN REGIONAL MANAGER 27 GRADING, EXCAVATION, UTILITIES FRED CHENG REGIONAL MANAGER 29 GRADING, EXCAVATION, UTILITIES NTY CLARK CORPORATE BUSINESS MNGMT 27 GRADING, EXCAVATION, UTILITIES STEVE CORDOVA ESTIMATOR 9 GRADING, EXCAVATION, UTILITIES SEPH R CORREY REGIONAL MANAGER 24 GRADING, EXCAVATION, UTILITIES VID CZECH PROJECT MANAGER 12 GRADING, EXCAVATION, UTILITIES USTIN DIPERSIA PROJECT ENGINEER 7 GRADING, EXCAVATION, UTILITIES ODD FLANAGAN PROJECT ENGINEER 17 GRADING, EXCAVATION, UTILITIES M FOSS SR ESTIMATOR 23 GRADING, EXCAVATION, UTILITIES IFED FRITZEN BLASTING MANAGER 28 BLASTING/CRUSHING DAVID FUJIKAWA PROJECT ENGINEER 7 GRADING, EXCAVATION, UTILITIES OTT GERE EQUIPMENT ASSISTANT 31 EQUIPMENT WE N GIFT SENIOR PROJECT MANAGER 33 GRADING, EXCAVATION, UTILITIES CHAD GOODFELLOW PRESIDENT 13 GRADING, EXCAVATION, UTILITIES STEPHEN GOODFELLOW VICE PRESIDENT/CEO 45 GRADING, EXCAVATION, UTILITIES NIEL R GOODFELLOW VICE PRESIDENT 38 GRADING, EXCAVATION, UTILITIES EFF GRIFFIN ISLAND MANAGER 22 GRADING, EXCAVATION, UTILITIES J&LENN GROVENBURG ADVANCED TECHNOLOGY MNGR 17 GRADING, EXCAVATION, UTILITIES IC HANSON PROJECT MANAGER 21 GRADING, EXCAVATION, UTILITIES TIFATT HEAHLKE PROJECT MANAGER 11 GRADING, EXCAVATION, UTILITIES FRED HOLLENBECK CLAIMS MANAGER 17 GRADING, EXCAVATION, UTILITIES RSON HUNDRUP GPS SPECIALIST 10 GRADING, EXCAVATION, UTILITIES ENN IMANAKA SAFETY MANAGER 17 SAFETY/RISK MANAGEMENT MIKE JACKMAN PROJECT ENGINEER 6 GRADING, EXCAVATION, UTILITIES N JORDAN PROJECT MANAGERICHIEF ESTIMATOF18 GRADING, EXCAVATION, UTILITIES B JUDGE GPS MANAGER 11 GRADING, EXCAVATION, UTILITIES L A "BUD" JUNGER GENERAL SUPERINTENDENT 55 GRADING, EXCAVATION, UTILITIES kJARK KAVENY SR ESTIMATOR 22 GRADING, EXCAVATION, UTILITIES HN KIRSCH PROJECT MANAGER 20 GRADING, EXCAVATION, UTILITIES ARK LATURNER COST ENGINEER 7 GRADING, EXCAVATION, UTILITIES SEAN LANDERS PROJECT ENGINEER 11 GRADING, EXCAVATION, UTILITIES AIG LOHMEYER PROJECT ENGINEER 38 GRADING, EXCAVATION, UTILITIES _NNIS LOYOLA EQUIPMENT ASSISTANT 17 EQUIPMENT TODD MACFARLANE JR PROJECT ENGINEER 10 GRADING, EXCAVATION, UTILITIES HN MAKOFF PROEJCT MANAGER 17 GRADING, EXCAVATION, UTILITIES RY MATTIS PROJECT ENGINEER 21 GRADING, EXCAVATION, UTILITIES DENNIS MCCARTHY CRUSHING SUPERINTENDENT 33 GRADING, EXCAVATION, UTILITIES MCKUIN PROJECT MANAGER 16 GRADING, EXCAVATION, UTILITIES LE MOORE REGIONAL MANAGER 63 GRADING, EXCAVATION, UTILITIES VIN MURAKANE PROJECT ENGINEER 13 GRADING, EXCAVATION, UTILITIES IVER MURRAY PROJECT ENGINEER 5 GRADING, EXCAVATION, UTILITIES B O'CONNOR FIELD SUPERINTENDENT 37 GRADING, EXCAVATION, UTILITIES EVOR OTTMER COST ENGINEER 4 GRADING, EXCAVATION, UTILITIES STEVE PAWLAK SR ESTIMATOR 25 GRADING, EXCAVATION, UTILITIES EEG PETERSON IVICE PRESIDENT 30 GRADING, EXCAVATION, UTILITIES J[PNNAN PINKSTON ISR ESTIMATOR 26 IGRADING, EXCAVATION, UTILITIES 1 Updated 2012 Page 1 GOODFELLOW BROS., INC. - EXPERIENCED, FULL-TIME KEY INDIVIDUALS ANIEL R REISENAUER CORPORATE TREASURER 37 GRADING, EXCAVATION, UTILITIES MARIA RIVERA PROJECT ENGINEER 7 GRADING, EXCAVATION, UTILITIES HETT SCARBROUGH PROJECT ENGINEER 8 GRADING, EXCAVATION, UTILITIES NE SHINNICK REGIONAL MANAGER 24 GRADING, EXCAVATION, UTILITIES ILEIF SJOSTRAND SR ESTIMATOR 20 GRADING, EXCAVATION, UTILITIES AY SKELTON REGIONAL MANAGER 26 GRADING, EXCAVATION, UTILITIES OUG SMITH SUPERINTENDENT 36 GRADING, EXCAVATION, UTILITIES IKE D SOULE SUPERINTENDENT 24 GRADING, EXCAVATION, UTILITIES OHN SPASARI PROJECT MANAGER 33 GRADING, EXCAVATION, UTILITIES RADY STEVENS PROJECT ENGINEER 9 GRADING, EXCAVATION, UTILITIES FF STOCKTON PROJECT MANAGER 22 GRADING, EXCAVATION, UTILITIES JOHN STUMP EQUIPMENT MANAGER 39 GRADING, EXCAVATION, UTILITIES ITH SUGA ISLAND MANAGER 12 GRADING, EXCAVATION, UTILITIES DD SVETIN PROJECT MANAGER 19 GRADING, EXCAVATION, UTILITIES CHRIS TAVARES GPS SPECIALIST 25 GPS HN JT TENNESON SR ESTIMATOR 29 GRADING, EXCAVATION, UTILITIES TARRI TOFTE PROJECT MANAGER 12 GRADING, EXCAVATION, UTILITIES COTT TRUDELL PROJECT ENGINEER 11 GRADING, EXCAVATION, UTILITIES ORY UCHIMA PROJECT MANAGER 23 GRADING, EXCAVATION, UTILITIES N WEISGERBER PROJECT MANAGER 18 GRADING, EXCAVATION, UTILITIES REMY WELCH ESTIMATOR 11 GRADING, EXCAVATION, UTILITIES CHARLES WYATT EQUIPMENT ASSISTANT 31 EQUIPMENT Updated 2012 Page 2 Qty# EXCAVATORS/BACKHOE 1 1997 CAT 416C BACKHOE 2 2008 CAT 430E BACKHOE 1 2000 HITACHI EX120-5 1 2008 HITACHI ZX225 EXC 1 2000 HITACHI EX20OLC EXC 3 2008 J D 31OSG BACKHOE 1 2000 HITACHI EX75OLC-5 1 2008 JD 135 CRTS EXC 2 2001 CAT430D-4X BACKHOE 2 2010 JD 50D MINI EXC 1 2002 CAT 420D 4E BACKHOE 1 2010 JD 65ODLC EXC 1 2002 JD21OLE LANDSCPE LDR 1 2010 HITACHI Z650LC53 EXC 1 2004 CAT 325CL HYD EXC 1 2011 HITACHI ZX35U MINI 1 2004 HITACHIZX120LC 2 2011 JD 50D MINI EXC 3 2004 HITACHI ZX330LC 3 2011 CAT 336E EXCAVATOR 2 2004 HITACHI ZX450 LC EXC 2 2011 CAT 430E BACKHOE 1 2004 HITACHIZX60OLC EXC 1 2004 J D 31OSG BACKHOE Qty# GRADERS 1 2004 J D 35C ZTS EXC 1 1995 CAT 140H GRADER 1 2004 J D 80C MINI EXC 1 1998 CAT 140H GRADER 1 2004 JD 200CLC EXC 1 1998 CAT 143H MOTOR GIRDER 1 2004 JD 330CLC EXC 1 1999 CAT 143H MTR GRADER 1 2005 CAT 304CR MINI EXC 1 2001 CAT 14H MOTOR GRDR 1 2005 CAT 420D 4 BACKHOE 1 2001 CAT 160H MTR GRADER 3 2005 CAT 430D 4X BACKHOE 1 2002 CAT 140H MOTORGRADER 1 2005 HITACHI ZX160LC EXC 1 2004 CAT 140H MTR GRADER 1 2005 HITACHI ZX20OLC 2 2006 CAT 140H MOTORGRADER 4 2005 HITACHI ZX330 EXC 1 2007 CAT 140H MTR GRADER 1 2005 HITACHI ZX45OLC EXC 1 2007 JD 872D GRADER 2 2005 HITACHI ZX600 EXC 3 2008 JD 872D MTR GRADER 2 1105 HITACHI ZX800 EXC 1 2009 JD 872D MTR GRADER 1 2005J D 200CLC EXC 2 2005 J D.31OSG BACKHOE SCRAPERS 1 2005 JD 410CLC EXC Qty# 1 2006 CAT 307C HYD EXC 1 1985 CAT 623E SCRAPER 2 2006 CAT 430E BACKHOE 1 1998 CAT 613C II SCRAPER ' 1 2006 HITACHI Z120X EXC 1 2005 CAT 615C II SCRAPER 1 2006 HITACHI Z135C EXC 3 2011 CAT 627H SCRAPER 1 2006 HITACHI ZX160LC EXC 3 2006 HITACHI ZX200 EXC WHEEL LOADERS 2 2006 HITACHI ZX225 EXC Qty# 3 2006 HITACHI ZX35OLC-3 EX 1 1998 CAT 950E II WHL LDR 2 2006 HITACHI ZX450CL-3 1 2001 CAT 98OG WHL LOADER 2 2006 J D 41OG EXC 1 2001 CAT IT 28G LOADER 1 2006 J D 450D EXC 2 2005 CAT 95OG II WHL LDR 1 2007 CAT 414E IL W/GANNON BX 1 2005 CAT 966G 11 WHL LDR 2 2007 CAT 420E BACKHOE 1 2005 J D 644J WHL LDR 1 2007 CAT 430E BACKHOE 1 2005 VOLVO L110E LOADER 1 2007 HITACHI Z650LC-3 EXC 2 2005 VOLVO L70E WHL LDR ' 1 2007 HITACHI ZX160LC-3 EX 5 2006 J D 624J WHL LDR 2 2007 HITACHI ZX20OLC EXC 1 2006 J D 744J WHL LOADER 1 2007 HITACHI ZX225 EXC 1 2007 CAT 950H WHL LOADER 5 2007 HITACHI ZX350LC-3 2 2007 CAT 966H WHL LOADER 1 2007 HITACHI ZX50 MINI EX 1 2007 JD 644J WHL LOADER 2 2007 J D 35D MINI EXC 1 2007 JD 744J WHL LOADER 2 2007 JD 120C EXC 1 2008 CAT 950H WHL LOADER 1 2007 JD 650D LC EXCAVATOR 1 2008 JD 624J WHL LOADER Qty# DOZERS Qty# SERVICE TRUCKS 1 1997 CAT D10R DOZER 1 1982 GMC FUEL TRUCK i1 1999 CAT D10R DOZER 1 1984 KENWORTH TRCTR 1 2000 KOMATSU D21A-7 DOZER 1 1999 FORD F550 LABORER TRCK 1 2001 CAT D9R DS DOZER 1 1999 KENWORTH T300 MECH TRK 1 2003 CAT DSN XL DOZER 2 2000 FORD F450 LABORER TK 1 2003 CAT D6N XL DOZER 1 2000 FORD F550 LABORER TK 1 2003 CAT D9R DOZER 2 2000 FORD F650 MECH TK-VC ' 2 2004 CAT D8R SU DOZER 1 2000 INTRNL FLATBED TRUCK 1 2004 J D 450H LT DOZER 2 2000 KENWORTH LUBE TRUCK 4 2005 CAT D5N DOZER 3 2001 FORD F550 LABORER TK ' 1 2005 CAT D6N DOZER 1 2001 FORD F650XL MECH TRK 1 2005 CAT D6R XL it 5 2002 FORD F5505D LABOR TK 4 2005 CAT D8T DOZER 2 2002 MITSIBUSHI LABOR'TRK 2 2005 CAT D9T DOZER 1 2002 STERLNG MECH/SERV TK 1 2006 CAT D4G DOZER 1 2003 FORD F55OSD LAB TRCK 1 2006 CAT D5N XL DOZER 2 2004 FORD F350SD LABR 1 2006 CAT D6N XL DOZER 3 2004 FORD F550 MECH TRUCK 3 2006 CAT D6R DSXW DOZER 1 2004 FORD F650XLT MECH TK 1 2006 CAT D8T DOZER 1 2004 STERLNG MECH/LUBE TK 1 2007 CAT D5N XL DOZER 3 2005 FORD F350SD 4X4 1 2007 CAT D6N XL DOZER 8 2005 FORD F550 LABORER TK 2 2007 CAT D6R XL DOZER 1 2005 KENWORTH LUBE TRCK 1 2007 CAT D6T XW DOZER 1 2005 STERLING COMBO TRUCK 1 2007 CAT D8T DOZER 1 2005 STRLNG HYDRO MULCHER 1 2007 CAT D9T DOZER 2 2006 FORD F350 FOREMAN TK 1 2008 CAT D6T DS DOZER 5 2006 FORD F550 LABOR TRK 1 2008 CAT D8T DOZER 4 2006 FORD F750 MECH TRUCK 2 2009 CAT D10T DOZER 1 2006 GMC C5500 MECH TRUCK 1 2011 CAT D6KQ DOZER 1 2006 KENWORTH LUBE TRUCK 1 2011 CAT D9T DOZER 2 2006 KENWORTH T300 LUBE 1 2011 CAT D10T DOZER 4 2007 FORD F350 W/UTIL BED 1 2007 FORD F45OSD LBR TRK AIR COMP/ LIGHT PLNTS /GENSETS 2 2007 FORD F550SD LAB TRCK Qty# 1 2007 FORD F650XL MECH TRK 10 I.R. P185 AIR COMPRESSORS 2 2007 FORD F750 MECH TRUCK 20 I.R. PORT LIGHT PLNT 1 2007 GMC K2500 MECH TRUCK 5 MULTIQUIP 25KW GNSET 3 2007 KENWORTH LUBE TRUCK ' 3 I.R.40KW GENSET 20 2008 FORD F550 LABR TRCK 7 MULTIQP 45KW GENSET 1 2008 KENWORTH COMBO TRK 1 OLYMPIAN CT85(68KW)GENS 1 2008 KENWORTH LUBE TRUCK 1 CATXCI105 GENSET 1 2008 KENWORTH T300 LUBE 1 MQ 180KW GENSET 1 2009 KENWORTH COMBO TRK 1 CAT D150 GENSET 3 MACK CEMENT TRUCK 2 CATXQ1250 KW GENSET 1 2011 FORD F35OSD FORMAN 1 CAT XQ1500 GENSET 2 2012 FORD F550SD LABR TRK 'Qty" GPS EQUIPMENT 49 GPS BASE STATION 76 GPS MACH GUIDANCE SYS 8 GPS ROBOTIC STATION 71 GPS ROVER SYSTEM i ROCK TRUCKS COMPACTORSIROLLERS Qty# Qty# 5 1988 CAT 773E END DUMP 1 2008 MBW VIB COMP WHEEL 5 1984 AMFAB BELLY DUMP TRL 5 BOMAG BMP851 ROLLER 5 1985 AMFAB PUP TRAILER 3 CAT 815F COMPACTOR 1 1989 CAT 773B ROCK TRUCK 2 CAT CB214E VIB RLLR 1 2000 PETERBILT END DMP 2 CAT CS533E COMPCTR 6 2000 VOLVO A40 ROCK TRUCK 3 DYNAPAC CA362D CMPTR 4 2001 CAT D400E II RCK TRK 1 I.R. DD22 ROLLER 1 2004 BEALL/PIONEER PUP 1 I.R.51310013 ROLLER 2 2004 CAT 769D HAUL TRUCK 1 1 R.SD115 IR ROLLER 1 2004 PETERBILT 378 DUMP 3 I R SD116DX CMPTR 2 2005 CAT 735 ROCK TRCK 2 1 R 5D122DX COMPACTOR 1 2005 CAT 740 ARTC TRUCK 2 I.R SD160DX VIB ' 1 2005 PIONEER PUP TRAILER 3 1 R 5D175D ROLLER 4 2006 CAT 735 ART TRUCK 1 I.R SD200DX VIB CMPTR 1 2006 CAT 740 ARTIC TRUCK 2 1 R SD45D VIB ROLLER ' 3 2006 KENWORTH T800B DMP 3 1 R SD77DX VIB RLLR 2 2006 PETERBILT 378 DUMP 2 I R TC13 TRENCH CMPCT 3 2007 CAT 740 ART TRUCK 1 MULTIQUIP AR13H RLLR, ' 2 2007 PETERBILT 378 DMP TK 8 RAM MAX 933FCR RLLR 2 2008 PETERBILT 367 DMP TK 1 CAT CS76 COMPACTOR 2 CAT C556 COMPACTOR SWEEPER TRUCKS 1 CAT CS54 COMPACTOR Qty# 1 2002 ELGIN CRSSWND SWEEPR FORLIFTSIBOBCATISKID STEERS 1 TENNANT 6500 GAS SWEEPER 1 2005 SCH W ARZE VAC TRUCK Qty# 1 2007 STERLING VACTOR TRK 4 CAT FORKLIFT 1 BOBCAT LOADER FUEL TRUCKS 3 2001 CAT 226 SKID STEER Qty# 1 2004 CAT TH460B TLH N D LR 1 1988 FORD CARGO FUEL TNKR 4 2008 JD CT322 SKID STEER 2 1988 PETERBILT FUEL TANKR 1 2008 JD CT332 SKID STEER 2 1991 FGHTLNR TANKER TRK 1 2010 CAT 272C SKID STEER ' 1 1994 PETERBILT TANKER TRK 1 2010 BOBCAT S205 2 1995 MACK FUEL TANKER 2 LUBE TRAILER HYD. HAMMERS Qty# WATER TRUCKS/TOWERS 1 ALLIED 805CS HAMMER Qty# 1 NPK H16X HYDR HAMMER 2 CAT H70S HAMMER 2 2004 FORD F750 WATER TRCK 1 BTI TELEDYNE TB285 HAMMER 1 2005 FORD F750XL WATER TK 1 BTI TELEDYNE TB425QA HAMMER 1 2005 PETERBILT 45000L WTR 1 BTI TELEDYNE TB652QA HAMMER 2 2005 STERLING 4000G WATER TRCK 2 BTI TELEDYNE TB725QA HYDR HAMMER 1 2006 FORD F750XL WTR TRK 4 BTI TELEDYNE TB98OX HYD HAMMER 7 2006 PETERBILT 460091 WATER TRCK 8 BTI TELEDYNE TB168OX HAMMER ' 15 2007 PETERBILT 460OG WTR TRUCK 11 BTI TELEDYNE TB208OX HAMMER 4 2008 PETERBILT 460091 WATER TRCK 3 BTI TELEDYNE 258OX HAMMER 21 RUSTY IRON 12000GL WATER TOWERS 1 USED BTI TELEDYNE 2575 HAMMER i 1 CRUSHER/ASPHALT EQUIPMENT PICKUPS/VANS Qty# Qty# 3 NORDBERG OMNI 1560 CONE 1 1995 FORD EXPLORER 4X4 3 SWITCH TRAILER 1 1998 CHEVY 1 TN 3 NORBERG JAW CRUSHER 1 1998 FORD F150 4X4-CREW 3 6X2 JCI SCREEN PLANT 2 2000 FORD F150 4X4 2 SPOMAC LOUDOUT BNKR 1 2000 FORD F350 MECH BED 1 FINLAY 683 SCREEN 4 2002 FORD F150 4X2 3 METSO LT300 CONE 1 2002 TOYOTA TACOMA-SP 5 NORBERG LT105 CRUSHER 1 2003 DODGE RAM 1500 02 3 NORDBERG HP400 CONE 1 2003 FORD F150 4X4 1 NORDBERG LT110 JAW 6 2004 F150 4X4 SC-TB 3 THOR 36X150 RADL STCKR 17 2005 FORD F150 4X4 3 CHIEFTAN 2100 POWER SCREEN 1 2005 FORD F150 4X4-CREW 8 MGL M95 RDL STACKER 1 2005 FORD F250SD 4X4 42 SPOMAC CONVEYORS 2 2005 FORD RANGER SPCB 4X4- 1 2011 POWERSCREEN WARRIOR 1 2005 TOYOTA TACOMA 4X4 ' 1 4X12 CEDAR RAPIDS SCREEN 2 2006 DODGE 2500 ST QC 1 USED READ CV90 SCRN ALL 13 2006 FORD F150 4X4- 1 READ CV40D SCREEN ALL 12 2006 FORD RANGER SPCB 4X4 1 ROSS 100M CONCRETE PLANT 3 2007 DODGE 2500 ST QC 3 ASPHALT ZIPPER 480HD 15 2007 FORD F150 4X4- 1 2006 CONCRETE FINISHER 2 2007 FORD F350 CREW CAB 1 2008 CONC PLACER W/LTS 4 2007 FORD RANGER 4X4 1 2008 CONC TEXTURE/CURING 6 2007 GMC 1500 EXCB PICKUP 1 2008 CONCRETE PAVER 1 2007 TOYOTA TACOMA 4X4-MS 1 FINN T-330 HYDRSEEDR 9 2008 FORD F150 4X4 1 2007 VICTOR 1100 BOWIE HYDROMULCHER 4 2008 FORD RANGER SCB 4X4 1 2001 SOLAR MESSAGE BOARD 2 2008 GMC K1500EX 4X4 4 2008 CMS T331 MESSAGE SIGN 2 2009 FORD F350XL TRUCK 2 ROME HINGE DISC 8 FORD ECONOLINE VAN 4 FORD TAURUS 13 2011 FORD RANGER SCB 4X4 3 2011 FORD F150 SCB 4X4 SS 1 2011 TOYOTA TUNDRA 4X4 1 AS OF JANUARY 1,2012 1 S �.TINC 90 y ,1921 • 201L, GOODFELLOW BROS., INC. GENERALCONTF2ACTOR G�OERJlM COOIIiELI'Od} GENERAL CREDIT INFORMATION ' P O. Box 598 Tel- (509)662-7111 1407 N Walla Walla Avenue Fax (509)662-2621 Wenatchee,WA 98807 www goodfellowbros com Type of Business- Corporation Bonding Company: Travelers Casualty& Principal Activity- Heavy Construction Surety Co of America Year Business Origin, 1929 15010 Avenue,#1650 State Washington Seattle,WA 98101 Corporate Officers- Chad S Goodfellow -President Insurance Company. Risk Solution Partners J Stephen Goodfellow—CEO 800 Bethel Street Daniel R Goodfellow—Vice President Suite 201 Cynthia Beattie—Secretary Honolulu, HI. 96813 Daniel R Reisenauer—Treasurer Tel:(808)954-7475 BANK REFERENCES U S.Bank of Washington Bank Of Hawaii 10800 N E 8`'Street, #1000 2105 Main Street Bellevue,WA 98004 Wailuku, HI 96793 Tel: (425)450-5913 Tel. (808) 856-2614 Acct #. 153504107639 Fax (808)856-2615 Contact Steve Bro Acct #0060 041016 Contact- Bryce Thayer TRADE REFERENCES Hawthorne Pacific Corp Irrigation Systems Inc. 95-025 Farrington Highway 368 Lehuakona Street ' Waipahu, HI 96797 Kahului, HI 96732 Tel (808)677-9111 Tel (808)871-5459 Fax (608)676-0323 Fax (808)877-4919 Contact Laverne Toledo Contact Elaine Yamagata United Pipe&Supply Inc. HD Supply Waterworks P O Box 6326 Puyallup Branch-302 ' Portland, OR 97228 602 Valley Avenue N E Tel. (800)933-8813 Puyallup,WA 98372 Fax (503) 788-0144 Tel. (253)840-5505 Contact.Jo Ann Williams Fax (253)840-2232 ' Contractors License#: GO-OD-FB'370NO Federal Id #- 91-0236810 HI General Excise# W20182340-01 WA General Excise#• 048 000 968 " PAYMENT WILL BE ISSUED OFF OF INVOICES ONLY*" PURCHASE ORDERS MUST BE PRESENT TO PURCHASE MATERIALS " P 0 BOX 598 • WENATCHEE,WA 98807 • PHONE (509)662-7111 • FAX (509)662-2621 • WWW GOODFELLOWBROS COM .GOODFB•370NO PROPOSAL SIGNATURE PACE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within one twent-yF eighty (i-26 80) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, ' performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. ' No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 50/o of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. ' Receipt of Addendum No.'s i 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: June 26, 2012 Goodfellow Br . , nc. NAME OF BR ' BY: S atur ' Lane Shinnick, Region Manager (Print Name and Title) P.O. Box 1419 Address Maple Valley WA 98038 t Central Storm Water Forcemain Phase II/Inouye 26 June 22, 2012 Project Number 10-3009C PER ADDENDUM 1 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Goodfellow Bros,Inc as Principal, and Travelers Casualty and Surety Company of America as Surety, are held and firmly ' bound unto the CITY OF KENT, as Obligee, in the penal sum of "Five Percent(5%)of Bid Amount" Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. ' The condition of this obligation is such that if the Obligee shall make any award to the Principal for Central Avenue S. Storm Water Forcemain Phase II/Project Number: 10-3009C According to the terms of the proposal or bid made by the Principal thereof, and the ' Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful ' performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. ' SIGNED, SEALED AND DATED THIS 21st DA F Jun 2012. Goodf to B s c INC AL Tra�ele s Casualty and Surety Cc m any of America SURETY grad Wagenaar,Attorney-m-Fact 20 Received return of deposit in the sum of $ ' Central Storm Water Forcemain Phase Ii/Inouye 27 June 6, 2012 Project Number., 10-3009C WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ~ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 224210 Certificate No. Q O 4 7 6 9 5 2 5 KNOW ALL MEN BY THESE PRESENTS That St Paul Fire and Maine Insurance Company,St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc,is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Paul R Botts,Brad Wagenaar,Thomas Hata, and Erica Li of the City of Hnnnhilu ,State of Hawaii their true and lawful Attomey(s)-m-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law INN 04 IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and theig corporate seals to be hereto axed,this 14th affixed, day of March 2012 . In a Farmington Casualty Company °-a> '�� St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Companyr 'travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company GpSU,i 'yry'try F1RF 6 pin INS• gooYfA�QA'tb^ ��OK,A FSL� SEALPt <I " SAY!AtN State of Connecticut By _ City of Hartford ss. Georg 6Thompson, error ice Piesident On this the 14th day of March 2012 before me personally appeared George W Thompson, who acknowledged himself to be the Semor Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc, St Paul Fire and Maine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company, and that he,as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer In Witness Whereof,I hereunto set my hand and official seal. A v My Commission expires the 30th day of June,2016 iOf�BL1G # Marie C Teumult,Notary Public CIO,ML 58440-6-11 Printed in U S A WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ' This Powei of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul'Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-m-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Boaid of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary,and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chapman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attomeys-m-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authonty, and i[ ins FURTHER RESOLVED,that the signature of each of the following officers;President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-m-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached ' I,Kevin E Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc,St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company,St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Co'gpames this Z 1st day of June 2012 "� Kevin E Hughes,Assistant Sec tary ww. ,�{])G�.''pppPPSUAF J p ��++��,,,,�� V ftFF 6 y O�P� I NSUN P�\NSUgg1 JpNTY 9NOS 07.:,)N t, S8RL .i°1 F�N Gf S T 1 fN 7/AtN To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www travelersbond corn Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I CITY OF KENT COMBINED AFFIDAVIT & CERTIFICATION FORM: NON-COLLUSION, MINIMUM WAGE (NON-FEDERAL AID) NON-COLLUSION AFFIDAVIT 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 Central Avenue S. Storm Water Forcemain Phase II Project Number. 10-3009C NAME OF PROJECT Goodfellow Bros. , Inc. AME F BI DER'S IRM ��z 111 SIGNATW OF A H RIZED PRE E TATIVE OF BIDDER Lane Shinni , Region Manager SubscribeE,�a�w,Qrn to before me this 26th day June 2012. a' 4�k�HFyy��i m Notary Publi in an fo th State of 0oey�G �Y Washington residing a aple valley WA. Central Storm alia j �F�ysfain Phase II/Inouye 28 June 22, 2012 Pro)ect Number. 10-3 09C PER ADDENDUM 1 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...................................................................................❑ ContractorCompliance Statement........................................................❑ Date............................................................................................❑ Have/have not acknowledgment ................................................❑ Signatureand address ................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Datedand signed ........................................................................❑ Administrative Policy ...........................................................................❑ Proposal...............................................................................................❑ First line of proposal - filled in ...................................................❑ Unitprices are correct ................................................................❑ Bid the same unit price for asterisk (*) bid items.......................❑ Minimumbid prices are correct...................................................❑ ' Subcontractor List (contracts over $100K) ..........................................❑ Subcontractors listed properly....................................................❑ Signature....................................................................................❑ Subcontractor List (contracts over $1 million).....................................❑ Subcontractors listed properly....................................................❑ Signature....................................................................................❑ Contractor's Qualification Statement ...................................................❑ Completeform 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 Checklist.................................................................................❑ tThe following forms are to be executed after the Contract is awarded: A) CONTRACT ' This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and his surety company. IThe 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. Central Storm Water Forcemain Phase IIJInouye 29 June 22, 2012 Project Number 10-3009C ' PER ADDENDUM 1 Bond No 105784947 PAYMENT AND PERFORMANCE BOND v KItNT TO CITY OF KENT w.e.. .ero. KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Goodfellow Bros , Inc as Principal, and Travelers Casualty and Surety Company of America a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of 1 $ 782,386 26 , 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 Central Avenue S. Storm Water Forcemain Phase II/Project Number: 10-3009C (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF I KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. I Central Storm water Forcemain Phase IIJInouye 30 June 6, 2012 Project Number 10-3009C TWO WITNESSES: Goodfellow Bros , Inc PRINCIPAL (e ter principal' ame above) BY: < � Dan[el R. Reisenauer TITLE• CFO / Treasurer DATE: July 13, 2012 DATE: July 13, 2012 ' Lesli S. Lehrman CORPORATE SEAL: Katie Reisenauer PRINT NAME 1 DATE: July 13, 2012 Travelers Casualty and Surety Company of America SURETY CORPORATE SEAL: DATE: — q ' I � TITLE: Brad Wagenaar, Attorney-in-Fact ADDRESS: Risk Solution Partners, LLC 800 Bethel Street, Suite 201, Honolulu, Hawaii 96813 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the A( ss'��) Secretary of the Corporation named as Principal in the within Bond; that Daniel R. Reisenauer Who signed the said bond on behalf of the Principal Goodfellow Bros. , Inc. 1 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. SECRrTARY OR ASSISTANT SEGRETA DV Cynthia K. Beattie, Secretary Central Storm Water Forcemain Phase [I/Inouye 31 June 6, 2012 Project Number* 10-3009C 1 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AWbk POWER OF ATTORNEY TRAVELERSFarmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc Travelers Casualty and Surety Company of America St Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St Paul Guardian Insurance Company Attorney-In Fact No. 224210 Certificate No. 004769552 KNOW ALL MEN BY THESE PRESENTS That St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corpotatiom duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa and that Fidelity and Gumanty Insurance hndemntets,Inc,is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the"Companies"),and that the Companies do hereby make constitute and appoint Paul R Botts, Brad Wagenaar,Thomas Hata,and Enca Li of the City of Honolulu ,State of Hawait ,their true and lawful Attorney(s)-in-Fact each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranter,mg the fidelity of persons guaranteeing the performance of contracts and executing of guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF,the Companies have caused this instrume4ir tU be srgneH and the'ircorliorate seals to be hereto affixed,this 14th day of March 2012 o Farmington Casualty Compan '8�, St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company .,�' Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company GI.SU,if0.E 6 �0.N INfG + Y. Uq".'t PITY HMO �y•G ? ♦L J� IYCORPotRiFO r ' �tPxvon�if+i ¢°�pPuaATF n� �°m 4 1srr jiP ��1982e'o � NARTFORD, 1951 s _ Sh.HL poi a SEAL n State of Connecticut By - City of Hanford ss Georg V Thompson, error ice President On this the 14th day of March 2012 before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company St Paul Mercury Insurance Company Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of Amen,a,and United States Fidelity and Guaranty Company, and that he as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on hehalf of the corporations by himself as a duly authorized officer In Witness Whereof,I hereunto set my hand and official seal ' TAq �y w•� t� �r� My Commission expires the 30th day of June 2016 - G Marie C Tetreault Notary Publi., C1�'$ 58440-6-11 Printed in U S A WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directots of Farmington Casualty Company,Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company which resolutions are now in full force and effect,reading as follows RESOLVED, that the Chairman,the President, any Vice Chairman,any Executive Vice President, any Senior Vice President, any Vice President,any Second Vice President,the Treasurer any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company',name and seal with the Company's seal bonds recognizances,wntraets of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may iemove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman,the President,any Vine Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary,and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary of Assistant Secretary,or(b)duly executed(under seal,if requned)by one or more Attorneys-m-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers puuuaat to a written delegation of authority, and it is FURTHER RESOLVED,that the signature of each of the following officers President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vrcc President any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I,Kevin E Hughes,the undersigned,Assistant Secretary,of Famungton Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc,St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company,St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which,is in full force and effect and has not been revoked 4. s +4._ `'sy IN TESTIMONY WHEREOF,I have hereunto set my hand and'Saffiaed the seals of said Csompames this 9th day of July ,2012 illf � i Gam,. ' Kevin E Hughes,Assistant Seci tan �I.SU�t JU i\RE yL (-_ S INSL pi OsUqlNO s�rpo9f4JcQ f mW EAL o! e� SHAL i' cone " ouvrl Ws�ANNa�1 To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www travelersbond corn Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CONTRACT THIS AGREEMENT, made in triplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Goodfellow Bros. , Inc. , organized under the laws of the State of Washington , located and doing business at P. O. Box 1419, Maple Valley, WA 98038 ("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: Central Avenue S. Storm Water Forcemain Phase II/Project Number: 10-3009C 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 I City's general and special conditions; the 2012 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the I American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within one hundred twenty eighty (3-Z9 80) 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. I2. 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. ' Central Storm Water Forcemain Phase II/Inouye 32 June 25, 2012 Project Number 10-3009C 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. 1 IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. ' 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in I 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. ' Central Storm Water Forcemain Phase II/Inouye 33 June 6, 2012 Project Number 10-3009C CITY OF KENT BY: VSE E OKE, MAYOR 1 DA / a2 ATTEST: ' BRENDA JACOBER,fLI CLERK 1 APPR ED AS O FO M: Zr KENT LAW DEPAR CONTRACTOR Goodfellow Bros. , Inc. ' BY: - PRINT NAME: Daniel R. Reisenaur TITLE: CFO / Treasurer DATE: July 11, 2012 1 ' Central Storm Water Forcemain Phase II/Inouye 34 June 6, 2012 Project Number 10-3009C 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. Commercial General Liability Insurance shall be written on ISO ' occurrence form CG 00 01 or Its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General ' Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Comaensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance IContractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. ' Central Storm Water Forcemain Phase II/Inouye 35 June 6, 2012 Project Number 10-3009C EXHIBIT A (Continued) 2. Automobile Liability Insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The Insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's Insurance coverage shall be primary Insurance as respect the City. Any Insurance, self-insurance, or Insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. ' E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers ' Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. ' Central Storm Water Forcemain Phase II/Inouye 36 June 6, 2012 Pr03ect Number 10-3009C EXHIBIT A (Continued) 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. ' Central Storm Water Forcemain Phase II/Inouye 37 June 6, 2012 Project Number 10-3009C `' CERTIFICATE OF LIABILITY INSURANCE 7/9/2012 rn THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(tes) must be endorsed If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,Certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement s PRODUCER CONTACT Insook Kim ' NAMEFAX Risk Solution Partners, LLC PHONE N Exit (808)954-7475 (A/C Not. (808)954-7444 800 Bethel Street E-MAIL insook@risksolutionpartners.com Suite 201 INSURERS AFFORDING COVERAGE NAIC# Honolulu HI 96813 INSURERA American Contractors Inc Co RRG 12300 INSURED INSURERS Zurich American Insurance Co. 16535 Goodfellow Bros. , Inc. WGINAL INSURERC Starr Indemnity & Liability38318 ' P.O. BOX 598 Li�uV INSURER INSURER E Wenatchee WA 98807 INSURER COVERAGES CERTIFICATE NUMBER-1213 GL*/AL*/XSl*/EL* REVISION NUMBER. ' THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR III POLICY NUMBER 1111111i MMIDDIYYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ 100,000 A CLAIMS-MADE FX1 OCCUR X X GL12000036 /1/2012 /1/2013 MED EXP(Any one person) $ 5,000 ' rltp8ry PERSONAL 8 ADV INJURY $ 1,000,000 L12X00036 /1/2012 11/2013 GENERAL AGGREGATE $ 31000,000 GEN'L AGGREGATE LIMIT APPLIES PER excess follow form PRODUCTS-COMI AGG $ 3,000,000 POLICY X PRO LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 2,000,000 B X ANY AUTO BODILY INJURY(Per person) $ ALLOWNED SCHEDULED X X P3739140-03 /1/2012 /1/2013 BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED ROPERAUTOS (Per TYtDAMAGE $ C �UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 1,000,000 x`. X EXCESS LIAR CLAIMS-MADE ISCCCLO14630-12 /1/2012 6/1/2013 AGGREGATE $ 1,000,000 DIED I X I RETENTION$ 0 X X $ A WORKERS COMPENSATION X GL12000036 (WA STOP GAP) 6/1/2012 6/1/2013 WC STATU- OTH- AND EMPLOYERS'LIABILITY Y I N ANY PROPRIETOR)PARTNEPJEXECUTIVE pra.mary EL EACH ACCIDENT $ 1,000,000 OFFICERIMEMBER EXCLUDED? NIA L12X00036 6/1/2012 6/1/2013 (Mandatory in NH) E L DISEASE-FA EMPLOYE S 1,000,000 0 yes describe under XCesa £o110w, forte DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT S 1 000,000 1 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more apace Is required) WASHINGTON - GBI JOB N2651 - CENTRAL AVENUE S. STORM WATER FORCE MAIN PHASE II. Additional Insured if required by written contract' City of Kent See endorsement 9 Coverage is primary and ' non-contributory. The above policies include a waiver of subrogation 30 day notice of cancellation CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Kent - Public Works Department ACCORDANCE WITH THE POLICY PROVISIONS 400 West Gowe Kent, WA 98032 AUTHORIZED REPRESENTATIVE Brad Wagenaar/MJ ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved INS025(2oioo5)D1 The ACORD name and logo are registered marks of ACORD ADDITIONAL INSURED—OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the followliv COMMERCIAL GENERAL LIABILITY COVERAGE PART it is hereby understood and agreed WHO IS AN INSURED(Section II)is amended to include as an Insured the person or orgaNzabon shown in the Schedule, but only with respect to liability arising out of"your work"for that insured by or for you. ' With respect to than additional Insureds,this insurance does not apply to'bodlly injury,'"property damage'or 'personal and advertising Injury arising out of the rendering of or(allure to render any professWrial servioss,Including: ' (1) The preparing,approving or failure to prepare or approve maps,drawings,opinions,reports,surveys, change orders,designs or specAcations;or (2) Supervisory, inspection or engineering services. ' SCHEDULE Name of Person or Organization Any person or organlzallon that you have agreed to andlor are required by contract to nine as an addibonal insured. WHERE SPECIFICALLY REQUIRED BY CONTRACT, IT IS FURTHER UNDERSTOOD AND AGREED THAT THE INSURANCE PROVIDED BY THIS ENDORSEMENT IS PRIMARY. OTHER INSURANCE THE ADDITIONAL INSURED PURCHASES ON ITS OWN BEHALF SHALL APPLY AS EXCESS OF,AND DOES NOT CONTRIBUTE, WITH THE INSURANCE PROVIDED BY THIS ENDORSEMENT. HOWEVER,THIS INSURANCE IS ALWAYS EXCESS TO OTHER APPLICABLE INSURANCE,WHETHER PRMARY, EXCESS,CONTINGENT OR ON ANY ' OTHER BASIS,WHEN THE ADDITIONAL INSURED HAS BEEN ADDED TO THE OTHER INSURANCE AS AN ADDITIONAL INSURED. Nothing herein contained shall be held to vary,abler,waive or extend any of the terms.conditions, provisions, agreements w limitations of the mentioned Policy,other than as above stated. This endorsement changes the policy to which It is attached and is 06clive on the date Issued unless otherwise rioted. (The information below Is required only when this srado nl M issued subsequent to preparation of Ow policy.' Endorsement Effective: 6/1/2012 poiicyNo.: GL12000036 Endomement No.., 9 Insured: Goodfellow Bros.,Inc GL12X00036 Premium Insurance Comperry American Contractors Insurance Company Risk Retention Group Countersigned By ��� Pnncgml r ' POLICY NUMBER. EP-.P 3` 3911,'G-u2 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ' DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM ' With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organizatlon(s)who are insureds"under the Who Is An Insured Provision of the Coverage Form.This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Eff active:06/01/11 Countersigned ByAlsk Solution Partners,LLC Named Insured: Goodfellow Bros . , Inc. ` Wh entative rincipa SCHEDULE Name of Persons) or Orgeriization(s): ANY PERSON OR ORGANIZATION TO WHOM OR WHTCH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS OR ADDITIONAL INSURED STATUS ON A PRIMARY, NON—CCNTRIBUTORY BASIS, IN A WRITTEN CONTRACT OR WRITTEN ' AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR f,GRLENENT IS PROHIBITED BY LAW. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an Insured for Liability Coverage, but only to the adent that person or organization qualifies as an Insured" under the Who Is An Insured Provision contained in Section 11 of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Off Ice, Inc., 1998 Page 1 of 1 O Paani Copy KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE ' DIVISION 1 GENERAL REQUIREMENTS ........................................1-1 1-01 Definitions and Terms.........................................................1-1 ' 1-02 Bid Procedures and Conditions.............................................1-3 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 .................................................. 1-33 1-09 Measurement and Payment . 1-37 1-10 Temporary Traffic Control ................................................. 1-41 DIVISION 2 EARTHWORK.............................................................2-1 2-01 Clearing, Grubbing, and Roadside Cleanup ............................2-1 2-02 Removal of Structures and Obstructions.... . . .2-1 2-03 Roadway Excavation and Embankment . ... ............... ........2-5 2-06 Subgrade Preparation .........................................................2-5 2-07 Watering ..........................................................................2-6 DIVISION 4 BASES.......................................................................4-1 4-03 Gravel Borrow ...................................................................4-1 4-04 Ballast and Crushed Surfacing .............................................4-2 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .................5-1 ' 5-04 Hot Mix Asphalt .................................................................5-1 5-05 Cement Concrete Pavement ................................................5-3 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS..................7-1 7-04 Storm Sewers ...................................................................7-1 ' 7-05 Manholes, Inlets, Catch Basins, and Drywells.........................7-3 7-08 General Pipe Installation Requirements .................................7-6 7-17 Sanitary Sewers .............................................................. 7-12 7-18 Side Sewers.................................................................... 7-17 DIVISION 8 MISCELLANEOUS CONSTRUCTION ............................8-1 8-01 Erosion Control and Water Pollution Control ...........................8-1 8-02 Roadside Restoration........................................................ 8-13 8-04 Curbs, Gutters, and Spillways............................................ 8-15 8-06 Cement Concrete Driveway Entrances................................. 8-16 8-12 Chain Link Fence and Wire Fence ....................................... 8-16 8-13 Monument Cases ............................................................. 8-17 8-14 Cement Concrete Sidewalks .............................................. 8-18 8-20 Illumination, Traffic Signal Systems, and Electrical ............... 8-19 ' Central Storm Water Forcemain Phase II/Inouye June 6, 2012 Project Number 10-3009C KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-21 Permanent Signing........................................................... 8-23 8-22 Pavement Marking ........................................................... 8-23 ' 8-23 Temporary Pavement Markings.......................................... 8-25 8-28 Pothole Utilities ............................................................... 8-26 DIVISION 9 MATERIALS...............................................................9-1 ' 9-03 Aggregates .......................................................................9-1 9-05 Drainage Structures, Culverts, and Conduits..........................9-3 , 9-14 Erosion Control and Roadside Planting ..................................9-4 9-16 Fence and Guardrail ...........................................................9-7 9-28 Signing Materials and Fabrication .........................................9-7 9-29 Illumination, Signals, Electrical ............................................9-7 KENT STANDARD PLANS .................................................................. A-1 WSDOT STANDARD PLANS............................................................... A-2 TRAFFIC CONTROL PLANS ............................................................... A-3 , PREVAILING WAGE RATES............................................................... A-4 Central Storm Water Forcemain Phase II/Inouye June 6, 2012 Project Number 10-3009C KENT SPECIAL PROVISIONS 1 The following Kent Special Provisions modify and supersede any conflicting provisions ' of the 2012 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 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Special Provisions make reference to a "Section", for example, "in accordance with Section 1-01", the reference is to the WSDOT Standard Specifications with all modifications as shown in these Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HP Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.3 Definitions tContract Documents The Kent Special Provisions modify and supersede any conflicting provisions of the 2012 Standard Specifications for Road, Bridge, and Municipal construction, as prepared by the Washington State Central Storm Water Forcemain Phase II/Inouye 1 1 June 6, 2012 Project Number. 10-3009C Department of Transportation and the Washington Chapter of the American Public Works Association, Including all published amendments issued by those organizations ("Standard Specifications") as of the date of signature by the Engineer. Otherwise all provisions of the Standard Specifications shall apply. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to a particular work and may include references which do not apply to this particular project. Also incorporated into the Contract Documents by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; Incidental Work The terms "incidental to the project," "incidental to the involved bid ! item(s)," etc., as used in the Contract Documents shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. Standard Plans A set of specific plans or drawings developed and adopted by the City of , Kent, which show frequently recurring components of work that have been standardized for use, hereinafter referred to as the "Standard Plans" or the "City of Kent Standard Plans." Standard Specifications The Standard Specifications for this contract are contained in the following publications: 1. "2012 Standard Specifications for Road, Bridge and Municipal Construction," prepared by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA) Washington State Chapter, including all published amendments issued by those organizations. 2. "Standard Plans for Road, Bridge and Municipal Construction," current edition, prepared by the WSDOT and APWA, hereinafter referred to as the Standard Plans. 3. The current edition of the "National Electrical Code." Central Storm Water Forcemain Phase II/Inouye 1 - 2 June 6, 2012 Project Number 10-3009C 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. I 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. L1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract 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: I1-02.2 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. 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. Central Storm Water Forcemain Phase II/Inouye 1 - 3 June 6, 2012 Project Number. 10-3009C 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. 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" or by downloading at no charge at www.kentwa.gov/procurement. 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 FIGURES. 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 Central Storm Water Forcemain Phase II/Inouye 1 - 4 June 6, 2012 Project Number 10-3009C 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. iSECTION 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 i(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: 1-03.1 Consideration of Bids The City of Kent also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. iA 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 Central Storm Water Forcemain Phase II/Inouye 1 - 5 June 6, 2012 Project Number 10-3009C 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 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 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 required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in three (3) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4. If the successful bidder fails to provide these documents within this 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one day for each working day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor shall any work 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. Central Storm Water Forcemain Phase II/Inouye 1 - 6 June 6, 2012 Project Number 10-3009C 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 Payment and Performance Bond language of the contract. ' SECTION 1-03.7 IS 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 1 perform that work shall be incidental and Included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. i Central Storm Water Forcemain Phase II/Inouye 1 - 7 June 6, 2012 Project Number. 10-3009C 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 Plans 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 SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Adjacent Properties The Contractor shall confine all construction activities within right-of- way, 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 Central Storm Water Forcemain Phase II/Inouye 1 - 8 June 6, 2012 Project Number 10-3009C permission from the property owner to use that private property along with any necessary permits required by law. 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 Isatisfactory 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 SECTIONS: 1-05 CONTROL OF WORK 1-05.5 City Provided Construction Staking I1-05.5(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. I 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 Central Storm Water Forcemain Phase II/Inouye 1 - 9 June 6, 2012 Project Number 10-3009C j 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 feet, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and , centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.5(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform his employees and subcontractors of their importance and of the necessity for their preservation. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by his construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $150/hr for City Surveyors to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is Central Storm Water Forcemain Phase II/Inouye 1 - 10 June 6, 2012 Project Number 10-3009C 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 working days in advance of the required staking. The City will furnish the following stakes and reference marks: 1. Clearing Limits - One set of clearing limit stakes will be set at approximately 25 foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50 foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where 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. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25 foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline I 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. Central Storm Water Forcemain Phase II/Inouye 1 - 11 June 6, 2012 ' Project Number 10-3009C 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50 foot stations , as required. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults, junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults, junction boxes, and conduits will be provided at an additional expense to the Contractor. Cut sheets will be supplied when appropriate for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at his own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $150/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: 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. i Central Storm Water Forcemain Phase I1/Inouye 1 - 12 June 6, 2012 Project Number 10-3009C 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 1 $150/hr for City survey crews to provide this service. The Contractor may not charge the City for any standby or "down" time as a result of any staking and/or resetting procedure. ' Any stake deemed to be damaged or disturbed by construction activity by the Engineer, inspector or survey crew will be exempt from this paragraph. It may be replaced, but at a charge of $150/hour to the Contractor. The Contractor may not charge the City for any standby or "down" time as a result of any re-staking and/or resetting procedure. 1 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the contract documents, the Engineer may correct and remedy such work as may be identified in the written notice, by such means as the Engineer may deem necessary, including the use of City forces. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the 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 Ireplacement 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 Central Storm Water Forcemain Phase II/Inouye 1 - 13 June 6, 2012 Project Number. 10-3009C 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 BY ADDING THE FOLLOWING: 1-05.10 Guarantees The Contractor shall be available approximately sixty (60) calendar days prior to the expiration of the guarantee period to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work required under the guarantee. Upon the receipt of ' written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized Interruption of the City Facilities, the work necessary to correct the items listed. SECTION 1-05.11 IS DELETED AND REPLACED 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 Contractor shall notify the Engineer and request the Engineer to establish the Substantial Completion Date. To be considered ' substantially complete the following conditions must be met: 1. The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical ' completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. 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. Central Storm Water Forcemain Phase II/Inouye 1 - 14 June 6, 2012 Project Number 10-3009C This process shall be repeated until the Engineer establishes the Substantial Completion Date. 1-05.11(2) Final Inspection and Physical Completion Date IWhen 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 I listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all corrective work vigorously, diligently, and without interruption until achieving physical completion ' of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. Upon correction of all deficiencies, the Engineer will notify the Contractor and the City, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the 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 1 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 Central Storm Water Forcemain Phase II/Inouye 1 - 15 June 6, 2012 Project Number• 10-3009C controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were Installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be Included in the various contract bid Item prices unless specifically set forth otherwise in the contract documents. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.12 IS DELETED AND REPLACED WITH THE FOLLOWING; j 1-05.12 Final Acceptance and Guarantee The Contractor must perform all the obligations under the contract before the Final Acceptance Date can be established. A Certificate of Completion for the work issued by the City will establish the Final Acceptance Date and certify the work as complete. The final contract price may then be calculated. The following must occur before the final acceptance date can be established and the final contract price calculated. 1. The physical work on the project must be complete. , 2. The Contractor must furnish all documentation (required by the Contract and required by law) necessary to allow the City to certify the Contract as complete. , A Certificate of Completion for the work, signed by the City, will constitute acceptance of the work and shall establish the Final Acceptance Date, but shall not relieve the Contractor of the responsibility to indemnify, defend, and protect the City against any claim or loss resulting from the failure of the Contractor (or the subcontractor or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, material persons, or any other person who provides labor, supplies, or provisions for carrying out the work. Additionally, the issuance of this Certificate of Completion will not constitute acceptance of unauthorized or defective work or material. Moreover, the City in establishing the Final Acceptance Date, shall not be barred from requiring the Contractor to remove, replace, repair, or dispose of any 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 Central Storm Water Forcemain Phase II/Inouye 1 - 16 June 6, 2012 Project Number 10-3009C 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 1 the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED 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. ' Mill Creek Middle School Mill Creek Middle School is in session from August 30, 1012 to 1 December 19, 2012, from January 3, 2013 to February 15, 2013, and from February 25, 2013 to April 5, 2013. When the School is in session, all work along Pioneer Street, and the School parking lot and running track will be restricted to avoid disruption to the School. The Contractor shall coordinate construction activities near the School with the Kent School District and the Engineer. The Contractor shall provide adequate time in their schedule to complete the necessary work near the School under the restrictions set forth in Kent Special I Provisions Section 1-07.23(1). No further compensation or additional time shall be granted as a result of these restrictions. Comcast, CenturvLink and PSE Facilities Existing utility pedestals, cabinets, vaults, junction boxes and other appurtenances may need to be removed, relocated, adjusted, and/or installed to accommodate the force main. The Contractor shall coordinate with the utilities and utilities contractors, and shall provide adequate time in its schedule to ' Central Storm Water Forcemain Phase II/Inouye 1 - 17 June 6, 2012 Project Number 10-3009C allow the utility companies to complete the necessary work prior to site restoration. The Contractor shall also verify with the utilities that existing services are retired or deactivated. Reoublic Services Republic Services provides commercial garbage hauling within the City. They utilize the alley between Pioneer Street and Meeker Street. The Contractor shall coordinate with Republic Services to allow refuse pickup from the businesses adjacent to the alley. Central Avenue S. Storm Water Forcemain Phase I The phase I Contractor is installing force main pipe along the east side of Central Avenue from Titus Street to the Kent Courthouse. The Contractor is expected to complete phase I by June 30, 2012. 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 , SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.6 Submittals 1-06.6(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: Central Storm Water Forcemain Phase II/Inouye 1 - 18 June 6, 2012 , Project Number 10-3009C 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and Identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall Include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. IS. Bid item(s) where product will be used. 1-06.6(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. 1-06.6(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: ' Central Storm Water Forcemain Phase II/Inouye 1 - 19 June 6, 2012 Project Number: 10-3009C 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 explain its advantages and/or disadvantages to the City. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with future submissions and additional partial submissions for ' portions of the work not covered in this submission. Does not Central Storm Water Forcemain Phase II/Inouye 1 - 20 June 6, 2012 ' Project Number 10-3009C 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. 1-06.6(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 jThe Contractor shall always comply with all Federal, State, or local laws, 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. 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 Central Storm Water Forcemain Phase II/Inouye 1 21 June 6, 2012 Project Number 10-3009C questions in this area. The City of Kent will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall Include all Contractor-paid taxes in the bid Item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The City of Kent will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.050). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 4S8-20-171, and its related rules apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of ' streets, roads, highways, etc., owned by the State of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not this , personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the ' unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Central Storm Water Forcemain Phase II/Inouye 1 - 22 June 6, 2012 , Project Number 10-3009C 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. I1-07.2(4) Services The Contractor shall not collect retail sales tax from the City of Kent on 1 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: SEPA Ecology Construction Stormwater General Permit Contractor shall obtain, at its sole cost, all other permits required to complete this project. I A King County Metro Discharge Permit may be required for the project. If a discharge permit is required, the Contractor shall submit a permit application in a timely manner. Failure to do so I will not result in an extension of the time for completion or any further compensation. Obtaining the permit shall be incidental to the contract. rA 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 any variance in the contract documents with the laws, ordinances, rules, regulations, and orders. Necessary changes will be adjusted by appropriate modification. If Contractor performs work knowing it to be contrary to such laws, I 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. ' Central Storm Water Forcemain Phase II/Inouye 1 - 23 June 6, 2012 Project Number 10-3009C �4 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 Government adjusts 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; j 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 , (811). 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. Central Storm Water Forcemain Phase II/Inouye 1 - 24 June 6, 2012 , Project Number 10-3009C SECTION 1-07.17IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings IOnce 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 burled 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 t All costs to comply with this section and for the protection and repair specified in RCW 19.122 are Incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall Include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re-marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(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. r1-07.17(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 entitles, 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. tCenturvLink Comcast Tonna Baruso Jerry Steele (253) 372-5360 (206) 391-1763 (206) 387-3263 (cell) ' Central Storm Water Forcemain Phase II/Inouye 1 - 25 June 6, 2012 Project Number 10-3009C Kent School District Puget Sound Enerav Fred Long Anita Yurovchak (253) 373-7198 (253) 476-6304 Verizon Brad Landis (425) 201-0901 (425) 766-1740 SECTION 1-07.IS 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 j 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. The School uses the parking lot for faculty members vehicles and for parents dropping off students, and the roundabout for school buses drop-offs and pick-ups. To minimize disruption to the School, the Contractor shall not have both Pioneer Street and the parking lot under construction at the same time. The Contractor shall complete all work on Pioneer Street, including all road restoration to allow for school bus , routes and student drop off when the force main is being installed in the parking lot. The Contractor may close Pioneer Street and State Avenue to facilitate the force main installation in the parking lot. The Contractor must allow school buses and parents to drop off and pick up students, as well as local traffic to access the properties adjacent to the alley. The school utilizes the running track from August to October. The Contractor will not be allowed to work in the track area between August 30 to October 31, 2012, and from March 31 to June 24, 2013. The Contractor shall not have both the alley north of Smith Street and i the alley south of Smith Street under construction at the same time. The Contractor shall ensure that if the alley is the only access point for a property parcel, that vehicle accessibility is available at all times. Also see Kent Special Provisions Section 8-06. It should be noted that the requirements contained within these Kent Special Provisions with regards to streets, shall also apply to the alleys. Central Storm Water Forcemain Phase II/Inouye 1 - 26 June 6, 2012 Project Number. 10-3009C The Contractor shall notify property owners and/or tenants regarding construction near the property a minimum of ten (10) working days in advance of construction, and coordinate construction scheduled with property owners and/or tenants to minimize disruptions to their j operations. The Contractor shall provide pedestrian access to businesses and residences at all times. 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, alleys, 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, alleys, 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: I 1. Remove or repair any condition resulting from the work that might impede pedestrians, bicyclists, and motor traffic, or that creates a hazard. I 2. Keep existing traffic signal and highway, road or street lighting systems in operation as the work proceeds. The City will continue routine maintenance on these traffic signal and lighting systems. 3. Maintain the striping and other channelization markings on the roadway at the 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. 5. Keep drainage structures clean to allow for free flow of stormwater. Cleaning of existing drainage structures within the ' project limits will be at the Contractor's expense when flow is impaired due to the Contractor's operations. Routine cleaning of existing drainage structures will be at the City's expense when the ' Engineer determines that flow is not impaired due to the Contractor's operations. 6. Whether or not the Contractor is on-site, when ordered by the ' Engineer, the Contractor shall immediately mobilize forces to place any asphalt concrete pavement, cold plant mix, crushed surfacing gravel and/or gravel borrow as the Engineer deems necessary to provide a smooth, even roadbed, pedestrian path and bicycle path. This work will be paid for under unit contract prices, but no adjustment in payments will be considered for any additional costs ' Central Storm Water Forcemain Phase II/Inouye 1 - 27 June 6, 2012 Project Number 10-3009C necessary to Install the required surfacing material. If the Contractor falls to comply, the Engineer may order the work done , by others and deduct the costs from any payments due or coming due the Contractor. To protect the rights of abutting property owners, the Contractor shall: 1. Conduct the construction so that the least inconvenience as possible is caused to abutting property owners; 2. Maintain ready access to sidewalks, pedestrian and bicycle paths, alleys, 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. S. Confine construction operations to one side of the roadway at a time, unless the Traffic Control Plan (TCP) approved by the Traffic Control Manager (TCM) 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, alleys, street, pedestrian and bicycle path; 2. Place, in advance of other grading work, enough fill at all culverts and bridges to permit vehicle, pedestrian and bicycle traffic to conveniently and safely cross; 3. Make roadway cuts and fills, if ordered by the Engineer, in partial width lifts, alternating lifts from side to side to permit vehicles, pedestrians, and bicyclists to conveniently and safely travel on the side opposite the work. 4. Install culverts on half the width of the traveled way, keeping the other half open and unobstructed to vehicles, pedestrians, and bicyclists until the first half is ready for use. 5. After rough grading or placing any subsequent layers, prepare the final roadbed and pedestrian and bicycle paths to a smooth, even surface (free of humps and dips) suitable for use by public vehicles, pedestrians and bicyclists (compacted surface of crushed and compacted gravel at a minimum); and 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. Central Storm Water Forcemain Phase II/Inouye 1 - 28 June 6, 2012 Project Number: 10-3009C 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 Iexposed 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. Channellzing devices (Type II barricades, plastic safety drums, or other approved devices 36 Inches or more In height) placed along the traffic side of the drop-off, and a new edge of pavement stripe placed a minimum of 3 feet from the edge of the drop-off. The maximum spacing between the devices In feet shall be the posted speed limit In miles per hour. Pavement drop-off warning signs, sidewalk drop-off warning signs, and pedestrian or bicycle path drop-off warning signs shall be placed In advance and throughout the drop-off treatment. c. Temporary concrete barrier or other approved barrier Installed on the traffic side of the drop-off with 1 foot between the drop-off and the back of the barrier, and a new edge of pavement stripe a minimum of 2 feet from the face of the barrier. An approved terminal, flare, or Impact attenuator will be required at the beginning of the section. For night use, the barrier shall have approved warning lights. 4. Drop-offs more than 0.50 foot not within the traveled way, shoulders, auxiliary lanes, or sidewalks, or bicycle or pedestrian paths, shall be protected with appropriate warning signs and 1 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 Central Storm Water Forcemain Phase II/Inouye 1 - 29 June 6, 2012 Project Number 10-3009C 1 with appropriate warning signs and further protected as Indicated in 3a or 3c. , 6. Open trenches within the traveled way, shoulder, or auxiliary lane shall have steel plate covers placed and anchored over them. A wedge of suitable material, shall be placed for a smooth transition between the pavement and the steel plates where required. Open trenches within sidewalks, or pedestrian or bicycle paths shall not be permitted unless a suitable detour route is provided. Warning ' signs shall be used to alert motorists, pedestrians, and bicyclists of the presence of the steel plates, or pedestrian, or bicycle detour. 7. The Contractor shall be responsible for providing adequate ' safeguards, safety devices, protective equipment, and any other needed actions to protect the life, health, and safety of the public, and to protect property in connection with the performance of the work covered by the contract. The Contractor shall perform any measures or actions the Engineer may deem necessary to protect the public and property. The responsibility and expense to provide this protection shall be the Contractor's except that which is to be furnished by the City as specified in other sections of these specifications. Nothing contained in this contract is intended to , create any third-party beneficiary rights in favor of the public or any individual utilizing the highway, road, or street facilities being constructed or improved under this contract. 8. The Contractor shall keep all traffic lanes, shoulders, auxiliary lanes, sidewalks, pedestrian or bike lanes clear of equipment and materials during nonworking hours unless otherwise shown on the TCP approved by the TCM. 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 i 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. r Central Storm Water Forcemain Phase II/Inouye 1 - 30 June 6, 2012 , Project Number- 10-3009C 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 LSECTIONS; 1-07.23(3) Temporary Street Closures iWhenever the plans or Special Provisions require a temporary road closure, the costs for the associated work for that temporary road closure shall be paid for under the traffic control bid items contained within the contract proposal. Whenever the Contractor proposes a temporary road closure that would prevent traffic from passing through the work zone in order to expedite the Contractor's work, and that closure will result in either a time 4 I 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 TCP, all of the costs necessary for the preparation of the TCP, and for providing and implementing the traffic control devices and flamers, shown on the TCP approved by the TCM 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. Central Storm Water Forcemain Phase II/Inouye 1 - 31 June 6, 2012 Project Number. 10-3009C To facilitate installation of the force main in James and Smith Street, the Contractor may close James Street from 10 AM to 3 ' PM on weekdays , and/or from 8 PM on Friday to 5 AM on Monday. Smith Street can be closed from 8 PM to 5 AM on weekdays. 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 1� 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 fall or refuse to clean the streets in question or the trucks or equipment in question, the Engineer may order the work suspended at the Contractor's risk until compliance with the Contractor's obligation is ' assured or, the Engineer may order the streets in question cleaned by others and such costs incurred by the City in achieving compliance with these Contract requirements, including cleaning of the streets, shall be deducted from monies due or to become due the Contractor on monthly estimate. The Contractor shall have no claim for delay or additional costs should the Engineer choose to suspend the Contractor's work until compliance is achieved. All costs in connection with the above work, including labor, materials, tools and equipment, shall be considered as incidental to the construction and payment thereof shall be included in the unit Contract price of other bid items. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-07.24 Rights of Way The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Also see Kent Special Provisions Section 1-04.9. Central Storm Water Forcemain Phase II/Inouye 1 - 32 June 6, 2012 Project Number 10-3009C 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. IThe 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. rSECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS ' SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the I 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 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 1 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 Lwill 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 establish a working understanding regarding work within Mill Creek Middle School. Central Storm Water Forcemain Phase II/Inouye 1 - 33 June 6, 2012 Project Number 10-3009C 1 7. To establish a working understanding regarding work in the alley. ' 8. 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 1-06.6(2)) S. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. , 6. Traffic Control Plan for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. 8. Spill Prevention, Control, and Countermeasure (SPCC) Plan for approval. 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 be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. ' Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. , Also reference Section 1-07.23(1) of the Kent Special Provisions. Except in the case of emergency or unless otherwise approved by the City, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstructlon 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 Central Storm Water Forcemain Phase II/Inouye 1 - 34 June 6, 2012 Project Number• 10-3009C 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. I 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. 1 Recognized holidays shall be as follows: First day of January, third Monday of January, third Monday of February, last Monday of May, fourth day of July, first Monday of September, 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. 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 three (3) working days in advance 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. ' Central Storm Water Forcemain Phase II/Inouye 1 - 35 June 6, 2012 Project Number 10-3009C If relocate work is required to establish the marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, and if less than 24 hours notice is given for such relocate work, the City may bill the Contractor for the relocated work. Such billing may be at the overtime rate in order for locate crews to complete the day's work from previous, timely locate requests that must be completed that day to be in compliance with RCW 19.122.030. If the relocate request is for nights, weekends, holidays, or at other times when locate crews are not normally working, all such relocate work or expenses, including travel, , minimum show up times, or holiday premiums may be borne by 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 supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide 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 1-08.5 IS REVISED BY DELETING PARAGRAPHS 2 THROUGH 6 AND REPLACING WITH THE FOLLOWING: 1-08.S Time for Completion 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 Central Storm Water Forcemain Phase II/Inouye 1 - 36 June 6, 2012 Project Number. 10-3009C 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 force main piping has been installed and tested satisfactorily. SECTION 1-08.8 IS REVISED BY DELETING ITEMS 1 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 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 1 Engineer, and such determination will be final as provided in Section 1- 05.1. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BY REPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following information: 1. Ticket serial number (this is already imprinted on the tickets). 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. ' 4. Type of material. 5. Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net ' weight can be read directly. In such case, only net weight need be recorded on the ticket. 6. Weighman's identification. Central Storm Water Forcemain Phase II/Inouye 1 - 37 June 6, 2012 Project Number 10-3009C r 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 material receiver at the material delivery point. SECTION 1-09.7 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-09.7 Mobilization The City may suspend the project if unsuitable weather prevents the , Contractor from satisfactory and timely performance of the work within the Mill Creek Middle School. If the project is suspended, the City will compensate the Contractor efforts to remobilize its equipment and work , force. The remobilization bid item will only be paid if the contract is suspended due to unsuitable weather, preventing work within Mill Creek Middle School. The remobilization bid item will be paid in a lump sum , unit price. See Standard Specification Section 1-09.7 SECTION 1-09.9(i) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.9(1) Retained Percentage There will be reserved and retained from monies earned by the r 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; r 2. Deposited by the City in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest on moneys reserved by the City under the provision of a public improvement contract shall be paid to the Contractor; 3. Placed in escrow with a bank or trust company by the City. When the moneys reserved are placed in escrow, the City shall issue a check representing the sum of the moneys reserved payable to the bank or trust company and the Contractor jointly. This check shall be converted into bonds and securities chosen by the Contractor and approved by the City and the bond and securities shall be held in escrow. Interest on the bonds and securities shall be paid to the Contractor as the interest accrues. The Contractor shall notify the Engineer regarding the option chosen for ' holding the retained funds as soon as possible after the Contract award, but at any rate within twenty calendar days from the date of issuance Central Storm Water Forcemain Phase II/Inouye 1 - 38 June 6, 2012 Project Number: 10-3009C 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 (1) above). The Contractor in choosing option (2) or (3) 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 a� 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. tRelease 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. Retainage will not be reduced for any reason below the minimum limit provided and allowed by law. Pursuant to Section 1-07.10, the Contractor is responsible for submitting to the State L&I a "Request for Release" form in order for the City to obtain a release from that department with respect to the payments of industrial insurance medical aid premiums. The City will ensure the Washington State Employment Security Department is notified of contract completion in order to obtain releases from that department. ' 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part ' of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. Central Storm Water Forcemain Phase II/Inouye 1 - 39 June 6, 2012 Project Number 10-3009C r 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. S. Engineering and inspection fees beyond completion date. 6. Cost of City personnel to reestablish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030(3). 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 r laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed ' that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties , understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-09.13 Final Decision and Appeal r 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 Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. r Central Storm Water Forcemain Phase II/Inouye 1 - 40 June 6, 2012 Project Number 10-3009C 1-10 TEMPORARY TRAFFIC CONTROL ' SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1 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 the TCP approved by the TCM. SECTION 1-10.2(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.2(1) 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 TCS. The TCS shall be responsible for safe implementation of the approved TCP provided by the TCM. The TCM and TCS shall be certified as work site TCS 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 1 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 A TCM and TCS are required on all projects that have traffic control. The TCM may also perform the duties of the TCS. The Contractor shall ' identify an alternate TCM and TCS who can assume the duties of the assigned or primary TCM and TCS in the event of that person's inability to perform. Such alternates shall meet the same requirements as the ' primary TCM and TCS. Central Storm Water Forcemain Phase II/Inouye 1 - 41 June 6, 2012 Project Number, 10-3009C 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 TCM shall include: 1. Overseeing and approving the actions of the 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 an approved TCP 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 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, and applicable standards and specifications available at all times on the project. 8. Attending all project meetings where traffic management is discussed. 9. Reviewing the TCS diaries daily and being aware of "field" traffic control operations. 10. Assuring daily submissions of previous day's TCS diaries, indicating date of TCM review, to City's TCS. 11. Being present on-site a sufficient amount of time to adequately accomplish the above-listed duties. SECTION 1-10.2(I)B IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.2(1)B Traffic Control Supervisor A TCS shall be on the project whenever traffic control labor is required, , and whenever required by the Engineer. Central Storm Water Forcemain Phase II/Inouye 1 - 42 June 6, 2012 Project Number 10-3009C 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 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 TCP is maintained and the revision has concurrence of the TCM. 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 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, 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. ' Central Storm Water Forcemain Phase II/Inouye 1 - 43 June 6, 2012 Project Number 10-3009C r SECTION 1-10.2(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.2(2) Traffic Control Plans (TCP's) The TCP appearing in the contract plans show a method of handling traffic. All flaggers are to be shown on the TCP except for emergency situations. If the Contractor's methods differ from the contract TCP, the Contractor shall propose modification of the TCP by submitting a ' supplemental TCP approved by the TCM showing the necessary construction signs, flaggers, and other traffic control devices required for the project to the City's Engineer for review and approval. The ' Contractor's supplemental TCP 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. The Contractor's supplemental TCP shall be submitted to the Engineer 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 to the TCS. All costs to prepare the supplemental TCP shall be incidental to the Contract. 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, 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. 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, Washington 98504. 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 Central Storm water Forcemain Phase II/Inouye 1 - 44 June 6, 2012 Protect Number 10-3009C 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(1) 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 TCM, TCS, 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 TCS will be paid for as "Traffic Control Labor" per hour. 1-10.3(3) Traffic Control IDevices _ SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)A Construction Signs All signs required by the TCP approved by a certified TCS, as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All non- applicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor. All orange background construction signs shall utilize materials and be fabricated in accordance with Section 9-28. All orange background construction signs shall be fabricated with Type IV or Type VII fluorescent orange sign sheeting. All post mounted signs with Type IV or VII sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting. Construction signs will be divided Into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi-permanent nature. Sign and support Installation for Class A signs shall be in accordance with the contract plans or the Standard Plans. Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. ' Central Storm Water Forcemain Phase II/Inouye 1 - 45 June b, 2012 Project Number 10-3009C They are mounted on portable or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. If it is necessary to add weight to signs for stability, only a bag of sand ' that will rupture on Impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. Payment for setup and take down of Class B signs will be under the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1-10.3(1), and for transportation described in Section 1-10.3(2) when there is a contract price for "Traffic Control Vehicle." Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is ' required on the project, shall be promptly replaced by the Contractor without additional compensation. SECTION 1-I0.3(3)B IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)B Sequential Arrow Signs (SAS) When an approved TCP includes the Sequential Arrow Signs (SAS) traffic control device, that SAS will meet the requirements of the MUTCD and the following: 1. The SAS shall have the following three mode selections: ' a. Flashing Arrow, Sequential Arrow, or Sequential Chevron mode; and b. A flashing Double Arrow mode; and ' C. A flashing Caution mode. 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 TCM. , 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. S. 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. Central Storm Water Forcemain Phase II/Inouye 1 - 46 June 6, 2012 Project Number. 10-3009C i The location and use of the SAS will meet the following guidelines: 1. When SAS's are used to close multiple lanes, a separate SAS shall be used for each lane closure. A single SAS shall not be used to shift traffic laterally more than one lane. 2. When prevailing speeds through the work zone exceed 40 mph, the SAS must be protected by crashworthy barriers, or shielded with Impact attenuators or crash cushions meeting the requirements of NCHRP 350. SECTION 1-10.3(3)C IS SUPPLEMENTED BYADDING THE FOLLOWING: i1-10.3(3)C Portable Changeable Message Sign The Portable Changeable Message Sign (PCMS) shall meet the irequirements of the MUTCD and the following: The PCMS shall employ one of the following technologies: 1. Back-lighted split-flap 2. Fiber optic/shutter ' 3. Light emitting diode 4. Light emitting diode/shutter 5. Flip disk tRegardless of the technology, the PCMS shall meet the following general requirements: 1. Light emitting and must not rely solely on reflected light. 2. Have a display consisting of individually controlled pixels no larger i 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. S. 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. i 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. i 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 Central Storm Water Forcemain Phase II/Inouye 1 - 47 June 6, 2012 Project Number 10-3009C 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 TCP or as directed by the Engineer. The PCMS shall not be used in lieu ' of SAS. 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 Engineer 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. Central Storm Water Forcemain Phase II/Inouye 1 - 48 June 6, 2012 , Project Number 10-3009C 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 Drums Traffic safety drums shall be manufactured specifically for traffic control purposes, and shall be fabricated from low density polyethylene that maintains its integrity upon impact. The drums shall be of the following general specifications: Overall Height: 36 inches minimum Overall Width: 18 inch minimum in the direction(s) of traffic flow. If the front to back dimension is less than 18 inches, only those drums ' specifically approved by the Engineer will be permitted. Shape: Rectangular, hexagonal, circular, or flat-sided semi-circular. Color: The base color of the drum shall be fade resistant safety orange. Reflective Stripes: The exterior vertical surface shall have at least two orange and two white circumferential stripes. Each stripe shall be 4 to 6 inches wide and shall be reflectorized. If there are non-reflectorized spaces between the horizontal orange and white stripes they shall be no more than 2 inches wide. Reflective stripes shall 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 Central Storm Water Forcemain Phase II/Inouye 1 - 49 June 6, 2012 Project Number 10-3009C 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 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. 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 TCM and it will be considered Incidental to unit contract prices. When the TCM performs the duties of the TCS, measurement and payment will be as specified for the TCS. Traffic Control Supervisor 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. Central Storm Water Forcemain Phase II/Inouye 1 - 50 June 6, 2012 Project Number 10-3009C i Portable Changeable Message Signs 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 Sign 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 SAS over and above those days authorized by the Engineer shall be at the Contractor's ' expense. Traffic Safety Drums will be incidental to Temporary Traffic Control ' Devices. 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. 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 a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs TCS duties described in Section 1-10.2(1)B. Payment for traffic control labor performed by the TCS 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. ' Central Storm Water Forcemain Phase II/Inouye 1 51 June 6, 2012 Project Number 10-3009C 1 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(7). Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign (SAS)" per day shall ' be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1- 10.3(8). The operator of this device will be paid under the item "Traffic Control Labor." The unit contract price for "Type III Barricade" per each will be full pay 1 for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All ' labor required for relocating barricades to a new location in accordance with the plans, approved Traffic Control Plans (TCP's), or as ordered by the Engineer, or moving barricades to or from temporary storage, as ' approved by the Engineer, will be paid under the item "Traffic Control Labor". 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 a certified TCS 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. Central Storm Water Forcemain Phase II/Inouye 1 - 52 June 6, 2012 , Project Number* 10-3009C DIVISION 2 - EARTHWORK 2-01 CLEARING GRUBBING, AND ROADSIDE CLEANUP SECTION 2-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.1 Description ' The Contractor shall coordinate, clear, grub, clean up, remove and dispose of all material and miscellaneous Items within the work area which are necessary, but for which no specific bid Item is provided. ' Clearing and grubbing on this project shall be performed within the following limits: Within the right of way as shown on the plans as necessary for project construction - only remove trees identified by the Engineer. The Contractor shall notify the Engineer of any trees that require removal that are not already shown on the plans. The Contractor shall not remove any trees without prior approval by the Engineer. The Contractor shall protect all adjacent property and utilities during tree removal. The Contractor shall coordinate with the City's arborlst to determine the survivability of all trees located adjacent to the force main, for which the trees may not survive as a result of the force main installation. SECTION 2-01.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.4 Measurement "Remove Existing_Landscaoe Tree" shall be measured per each. Landscaping trees are defined as trees 4" to 20" DBH (diameter breast height, defined as 4'-0" above ground) located adjacent to developed properties. Other trees requiring removal shall be considered incidental to the clearing and grubbing bid Item. SECTION 2-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.5 Payment The unit price for "Remove Existing Landscape Tree" per each shall be full pay for all labor, equipment, supplies, materials, and tools required to remove and dispose of existing landscape trees, tree stumps and roots as directed by the Engineer. This bid item also Includes backfilling and compacting any void and placing bark mulch. Furnishing all bark mulch, topsoil and backfill material shall be included in this bid item. Trees will be removed as required to accommodate installation of new ' sidewalks and force main. If existing trees will survive sidewalk installation they may be left in place at the discretion of the Engineer. ' Central Storm Water Forcemain Phase II/Inouye 2 - 1 June 6, 2012 Project Number 10-3009C 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 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. 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. , 6. Due to potential conflicts with existing underground utilities, the Contractor shall remove existing pavement, sidewalk, or curb, and excavate the force main trench in advance of the force main installation. SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: , 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per square yard for "Remove Existing Asphalt ' Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter , pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: central Storm Water Forcemain Phase IIJInouye 2 - 2 June 6, 2012 , Project Number 10-3009C (Encountered thickness - 6 inches) x unit bid price -6 Inches additional compensation For example, if the Contractor encounters pavement to be removed which is 8 Inches thick and Its unit bid price was $2.00/SY then Its additional compensation for the extra thickness would be: ' (8 - 6) x $2.0 = $0.67/SY in addition to the unit price. No other ' compensation shall be allowed. The unit contract price per cubic yard for "Remove Existing Cement ' Concrete Driveway/Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing concrete pavement from roads for a depth of 6 inches. ' Included in this price is the cost of hauling and disposal of the concrete pavement. Some of the existing driveways may contain reinforcing steel. The cost to cut, remove and dispose of the rebar shall also be included in this bid item. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: S (Encountered thickness - 6 inches) x unit bid price = additional 6inches compensation For example, if the Contractor encounters pavement to be removed ' which is 8 inches thick and its unit bid price was $2.00/SY then its additional compensation for the extra thickness would be: (8 - 6) x $25 0 = $0.67/SY in addition to the unit price. No other compensation shall be allowed. The unit contract price per square yard for "Remove Cement Concrete Sidewalk" constitutes complete compensation for furnishing all labor, ' materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications. ' The unit contract price per lineal foot for "Remove Cement Concrete Curb and Gutter" constitutes complete compensation for furnishing all ' labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. ' Central Storm Water Forcemain Phase II/Inouye 2 - 3 June 6, 2012 Project Number 10-3009C The unit contract price per lineal foot for "Remove Cement Concrete Extruded Curb" 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 extruded curb as shown on the plans and described in the specifications. The unit contract price per each for "Remove and Reinstall Existing Timber Planter" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to remove ' and reinstall the existing timber planter as shown on the plans and described in the specifications. "Remove Existing 8 Inch Diameter Sewer Pipe" , "Remove Existing_10 Inch Diameter Sewer Pipe" "Remove Existing 15 Inch Diameter Sewer Pike" ' The unit contract price per lineal foot for the above items constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to remove the existing sewer pipes as shown on the plans and described in the specifications. The unit bid price shall include but is not limited to: excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow, and , compaction. The unit contract price per lineal foot for "Remove Existing Side Sewer Pipe" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove and cap the existing side sewer as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to: excavation, concrete plugging or capping any remaining pipe, removal, and disposal to an acceptable site. This bid item only applies to side sewers that will be ' "abandoned" in place and does not apply to the removal of existing side sewer pipe that is part of the C900 PVC side sewer pipe bid item. "Saw Cut Existing_Asphalt Concrete Pavement" "Saw Cut Existing Cement Concrete Pavement" The unit price contract price per lineal foot for the above items constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. , Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following ' formula: (Encountered thickness - 6 inches) x unit bid price =6inches additional ' compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/1_F then its additional compensation for the extra thickness would be: Central Storm Water Forcemam Phase II/Inouye 2 - 4 3une 6, 2012 ' Project Number 10-3009C (8 - 6) x $25 0 _ $0.67/LF in addition to the unit bid price. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered Incidental to other bid Items and no payment will be ' allowed under this item unless the pavement is actually saw cut. 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: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. 2-06 SUBGRADE PREPARATION 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. ' Central Storm Water Forcemain Phase II/Inouye 2 - 5 June 6, 2012 Project Number 10-3009C SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: , 2-07.4 Measurement , The Contractor shall obtain a hydrant meter and permit from the City of Kent Maintenance Shop located at 5821 South 240th Street (253) 856- ' 5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall pay for the volume of water used from City hydrants to complete the watering task. Water shall be obtained from a City of Kent hydrant located near the ' construction site. A meter shall be placed on the hydrant by the Contractor prior to obtaining water from the hydrant. The meter shall ' be taken off the hydrant at the end of each day to protect against water and/or meter theft. The bid item for watering will be measured per hour for each full hour the water truck is operating on site or traveling directly between the site and the hydrant (including installation and removal of the meter). ' 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 meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not ' be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. Central Storm Water Forcemain Phase IIJInouye 2 - 6 June 6, 2012 , Project Number 10-3009C SECTION 2-07.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-07.5 Payment The unit contract price per hour for "Watering" shall be complete ' compensation for all labor, equipment, supplies, tools, and materials to haul, deliver and distribute water on the construction site as required to control dust, street cleaning, or as directed by the Engineer for other ' work. Quantities used for concrete work shall be Included in the appropriate bid Items. 1 1 ' Central Storm Water Forcemain Phase II/Inouye 2 - 7 June 6, 2012 Project Number 10-3009C ' DIVISION 4 - BASES DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW ' 4-03.1 Description This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. ' 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Special Provisions: Gravel Borrow .......................... 9-03.14(1) ' 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4- ' 04.3. 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4- 04.4. 4-03.5 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 "Gravel Borrow Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to furnish, haul, place, finish grade, and compact the gravel borrow as shown on the plans and described in the specifications. This item shall be used for roadway subbase, backfill for water, sewer, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. t ' Central Storm Water Forcemain Phase II/Inouye 4 - 1 June 6, 2012 Project Number 10-3009C 4-04 BALLAST AND CRUSHED SURFACING ' 4-04.3 Construction Requirements SECTION 4-04,3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade ' The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 Inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs Incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment "Crushed Surfacin4 Top Course, 5/8 Inch Minus" "Crushed Surfacing Base Course, 1-1/4 Inch Minus" The unit contract price per ton for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to furnish, 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. Central Storm Water Forcemain Phase II/Inouye 4 - 2 June 6, 2012 ' Project Number: 10-3009C ' DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also Includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and ' testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. I5-04 HOT MIX ASPHALT SECTION 5-04.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.1 Description The Contractor shall use HMA for temporary pavement patching in Central Avenue, Smith Street and James Street. The Contractor shall use cold plant mix for temporary pavement patching in Meeker Street, Pioneer Street, the school parking lot and the alley. 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, HMA Class 1/2", PG 64-22 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 500± tons as determined by the Engineer or each day whichever is less. 1 Central Storm Water Forcemain Phase II/Inouye 5 - 1 June 6, 2012 Project Number 10-3009C 2. The Engineer is not precluded from taking more tests above if deemed necessary. 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 B 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(i0) 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 HMA, 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. Central Storm Water Forcemain Phase II/Inouye 5 - 2 June 6, 2012 Project Number 10-3009C Cores used to check density will be approved only when designated by 1 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). ' HMA 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(12) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(12) Joints ■ The HMA overlay and widening shall be feathered to produce a smooth riding connection to the existing pavement where planing is not specified. HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. jThe full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04.3(11) across the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. SECTION 5-04.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 5-04.3(21) Temporary Pavement Temporary pavement including trench patches shall be installed where 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: Central Storm Water Forcemain Phase II/Inouye 5 - 3 June 6, 2012 Project Number 10-3009C 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. "HMA for Temporary Pavement Patch" "Cold Plant Mix for Temporary Pavement Patch" The unit contract price per ton for the above items shall be full pay for L all costs of material, labor, tools and equipment necessary for furnishing, installing, removing and disposing of temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. Payment for the above roadway preparation including all labor, I materials, tools, supplies and equipment shall be considered incidental to the construction and all costs shall be included by the Contractor in the unit contract price of other bid items except for those items which , are specifically included in the proposal. Payment for said items shall be included under the appropriate bid item. 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 5-05 CEMENT CONCRETE PAVEMENT SECTION 5-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-05.5 Payment The unit contract price per cubic yard for "Cement Concrete Pavement, Including Dowels" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary for furnishing, installing and finishing the concrete pavement for crosswalks, permanent utility patches and other areas at the locations shown on the plans, as specified herein and as directed by the Engineer. This bid item also includes furnishing and installing corrosion resistant dowel bars and any costs for drilling holes, placing dowel bars with baskets; furnishing and installing parting compound and all other costs associated with completing the installation of corrosion resistant dowel ba rs. Central Storm Water Forcemain Phase II/Inouye 5 - 4 June 6, 2012 Project Number 10-3009C DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS, t SANITARY SEWERS, WATER MAINS AND CONDUITS 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 I choosing the material except for those pipes specified on the plans to be a specific material. High-Density Polyethylene (HDPE) (Force Main Only) ......... 9-05.21 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 SECTION: 7-04.3(1)G Television Inspection All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the City of Kent Utility Department and accepted prior to placing final crushed rock surfacing and pavement. All construction except final casting adjustments must be completed and approved by the Inspector prior to the TV inspection. The manholes and catch basins must be set to grade, channeled, and grade L rings set in place prior to TV inspection. Castings must be removed for paving, and fully grouted in place after paving. For storm force main installation, the line shall be pigged and flushed similar to the water mains, except that chlorination shall not be required. The cost of water for pigging and flushing shall be provided by the City. Central Storm Water Forcemain Phase II/Inouye 7 - 1 June 6, 2012 Project Number. 10-3009C SECTION 7-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.5 Payment ' The unit contract price per lineal foot for "Storm Sewer Pipe, 24 Inch ' Diameter HDPE SDR 11" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; cutting, removing, and disposing of the existing utilities; 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, flanges, end caps and plugs, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, pressure testing, coordination for TV inspection, removal and disposal of existing end caps, removal of all items as necessary to install the force main, and additional costs for overtime work when working on weekends and/or nights. The cost for supplying and installing the steel plates over any open trench shall also be included in this bid item price. The unit contract price per lineal foot for "Tracer Wire and 2 Inch Diameter Conduit" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the tracer wire and conduits at the locations shown on the plans and described in the specifications. The bid item price shall include but is not limited to: trench excavation; unsuitable material excavation, hauling and disposal; dewatering; backfill and compaction (when native material is to be used); surface restoration; cleanup; and supplying and installing the tracer wire, fittings and connection to the junction boxes. The unit contract price per lineal foot for "6 Inch Detectable Warning Tape" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the warning tape at the locations shown on the plans and described in the specifications. The unit contract price per each for "Air Valve Assembly and Enclosure" shall be complete compensation for all labor, materials, tools, supplies i and equipment necessary to supply and install the air valve assembly and enclosure, including but not limited to: excavating; backfilling; constructing the concrete splash pad and base/pad with reinforcement bars; furnishing and installing the enclosure, including securing the enclosure to the base/pad; supplying and installing all pipe (24" HDPE), fittings (tees, saddle tee, flanges, bend, adapter, reducer) and pipe stand; concrete blocking; gate valve with flywheel; supplying and installing the escutcheon; and all other necessary items for a complete and fully operational air valve. This bid item includes all items east of the 24-inch forcemain. Central Storm Water Forcemain Phase II/Inouye 7 - 2 June 6, 2012 Project Number 10-3009C i 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3 Construction Requirements All manholes shall be precast concrete units and shall conform to Kent Standard Plan 4-1 unless specified otherwise Minimum height for Type 1-48 Inch, 54 Inch, and 60 Inch manholes shall be 5 feet. All manholes shall be equipped with the drop rung type manhole steps and ladders in accordance with Kent Standard Plan 4-5. The ladder shall be secured from top to bottom, Inside the structure wall. No 4 foot hanging ladder sections are allowed. All manhole structures are subjet to and must pass a Kent vacuum test. tThe sanitary sewer manholes shall be fully channeled to conform to the Inside diameter of the sewer line from Invert to spring line, then the channel shall be vertical to the top of the pipe. The top edge of the channel shall have a radius of 1/2 to 3/4 Inch. The shelves shall slope at 2 percent to the top of the channel. All manhole section joints and pick holes shall be filled with grout and smooth finished outside and Inside after Installation. All manhole penetrations, lifting holes, barrel joints (Interior or exterior), risers, frames, and any other location determined by the Engineer, shall be sealed to prevent Infiltration. The Contractor shall submit proposed sealing product literature to the Engineer for acceptance, prior to use. Manhole frame and covers shall be cast gray or ductile iron and shall comply with the following Kent Standard Plans as applicable: 4-3 Standard Manhole Frame and Locking Cover Care must be taken to insure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. PVC pipe adaptors shall be KOR-N-SEAL type flex joints or sand collars or other materials as approved by the Engineer to permit slight differential movement. All pipe materials other than the above shall be mudded directly into the manholes and catch basins using a smooth ' forty five (45) degree bevel from the pipe to the structure meeting ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. Central Storm Water Forcemain Phase II/Inouye 7 - 3 June 6, 2012 Project Number 10-3009C SECTION 7-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade All construction in performing adjustments of existing or new utilities ' shall conform to the Standard Specifications, Standard Plans, City of Kent Standard Plans and the Kent Special Provisions. Locating all new and existing utilities to be adjusted following the , paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no +� additional cost to the City. No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for ' immediate rejection. On asphalt concrete paving and/or asphalt resurfacing projects, ' manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. The asphalt concrete pavement shall be cut and removed to a neat ' circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, ' but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementatious materials only. Wood, plastic, iron, aluminum, bituminous or similar materials are prohibited. Central Storm Water Forcemain Phase II/Inouye 7 - 4 June 6, 2012 Project Number 10-3009C On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be Immediately covered with dry paving sand before the asphalt cement solidifies. SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING; 7-05.3(3) Connections to Existing Manholes It shall be the Contractor's sole responsibility to protect the existing sewer system from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. ' 7-05.3(6) Storm Drain Stenciling The pavement adjacent to all catch basins and inlets within the project limits shall be marked with a standard pollution prevention thermoplastic form such as the example following: No DUMPING! I DRAINS To STREAM The wording shall be placed so that it can be read from the sidewalk or shoulder of the road. Contractor is responsible for purchase and installation of the thermoplastic material. 1 SECTION 7-05.5 IS SUPPLEMENTED BYADDING THE FOLLOWING; 7-05.5 Payment ` The unit contract price per each for "Manhole Under 12 Feet, Type 1 48 Inch Diameter" constitutes complete compensation to furnish all labor, materials, tools, supplies, and equipment necessary to provide and install the sanitary sewer manhole to final finished grade as shown on the plans and described in the specifications. The unit price bid shall ' include but not be limited to excavation, hauling and disposing of unsuitable material, dewatering, installing the manhole, connecting new or existing pipes, backfilling, compacting, and surface restoration. Central Storm Water Forcemain Phase II/Inouye 7 - 5 June 6, 2012 Project Number 10-3009C The unit contract price per each for "Adjust Existing Manhole Rim to ' Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; and referencing for future locates prior to final overlay. Adjusting the grade by adding or removing risers, grade rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "Locking Manhole Frame and Cover" ' constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This price shall also Include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental The unit contract price per each for "Thermoplastic Storm Drain Stenciling" constitutes complete compensation for furnishing all labor, tools, equipment, supplies and materials necessary or incidental to the installation of the thermoplastic storm drain pollution markers and other work as specified. Also see Section 7-05.3(6) and 8-22 of the Kent Special Provisions. The unit contract price per each for "Access Tee Assembly, 12 Inch Diameter" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the access tee assembly as shown on the plans and described in the specifications. This price includes but shall not be limited to: excavation; dewatering; installation; connecting to new or existing pipes; backfilling; compacting; surface restoration; welding the lift ring ' to the blind flange; extension spool and grade ring and all other items above the 24 inch HDPE pipe. 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, i 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. Central Storm Water Forcemain Phase II/Inouye 7 - 6 June 6, 2012 ' Project Number 10-3009C ' The materials referred to herein, shall conform to the applicable provisions of the Standard Specifications, the Kent Special Provisions and the manufacturer's recommended installation procedures. See the following Sections of the Standard Specifications and the Kent Special Provisions: Hot Mix Asphalt ............................... 5-04.2 Cement Concrete Pavement .............. 5-05.2 Culverts ......................................... 7-02.2 I Storm Sewers ................................. 7-04.2 Manholes, Inlets and Catch Basins...... 7-05.2 Sanitary Sewer................................ 7-17.2 Side Sewers.................................... 7-18.2 Crushed Surfacing ........................... 9-03.9(3) Gravel Backfill for Pipe Zone Bedding.. 9-03.12(3) Sand for Pipe Zone Bedding .............. 9-03.13 Gravel Borrow ................................. 9-03.14(1) Gravel Backfill for Foundation ............ 9-03.17 1 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 1 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 1 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. I Central Storm Water Forcemain Phase II/Inouye 7 - 7 June 6, 2012 Project Number 10-3009C Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the ' following conditions will apply. 1. Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond ' may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the ' 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 Kent Standard Plan 3-22. , Bedding material shall be in accordance with Section 9-03.12(3) of the Kent Special Provisions. Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain ' adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557. Central Storm Water Forcemain Phase II/Inouye 7 - 8 June 6, 2012 Project Number 10-3009C The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)B Pipe Laying - General ' At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF Styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. ' It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. I 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. iSECTION 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 IWhere 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 Kent Special Provisions in a workmanlike manner satisfactory to the Engineer. ' Central Storm Water Forcemain Phase II/Inouye 7 - 9 June 6, 2012 Project Number. 10-3009C materials or workmanship. The completed pipe Installation shall meet the requirements of this test before being considered acceptable. Caution - When air testing adequate bracing is required to hold plugs in place to prevent the sudden release of compressed air. A pressure of 4 psig against an 8-inch plug will cause a force of approximately 200 lbs.; against a 12-inch plug, 450 lbs. The compressed air acts as a spring_ Proper precaution must be taken to prevent this force from propelling the plug from the pipe like a bullet. For systems where groundwater is negligible, at the inspector's discretion, pressure shall be maintained at 4.0 psig with no drop at the time indicated on the attached graphs. LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 U 0 0 40 80 118 158 198 238 278 316 N 50 70 110 150 190 228 268 308 348 356 00 w 100 140 180 220 260 300 338 374 372 368 � .WLLL 150 212 250 290 330 370 390 386 382 378 = W 200 282 322 360 400 404 398 394 390 386 w 250 352L 392 428 418 410 404 400 396 392 , Z a 300 422 440 430 422 416 410 404 400 396 W 350 454 442 434 426 420 414 410 404 402 J 400 454 444 436 428 422 418 412 408 404 , Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 300 1 350 400 U 0 0 40 80 118 158 198 238 278 316 o-a .. 50 110 150 190 228 268 308 348 384 380 c w 100 220 260 300 338 378 418 420 414 406 UJ U. LL 150 330 370 410 448 466 454 444 434 428 w 200 440 480 514 496 482 470 460 450 444 F N 250 550 542 522 506 494 482 472 464 456 C7 a 300 566 544 528 514 502 492 482 474 466 LU 350 566 548 534 520 508 494 490 482 474 J 400 566 550 538 526 514 504 496 488 482 Time in seconds required for decompression from 3.5 psig to 3.0 psig. i 1 t Central Storm Water Forcemain Phase II/Inouye 7 - 14 June 6, 2012 Project Number. 10-3009C LENGTH OF 6 INCH PIPE (FEET) ! = 0 50 100 150 200 250 300 350 400 Z 0 0 40 80 118 158 198 238 278 316 .. 50 158 198 238 278 316 356 396 416 408 N w 100 316 356 396 436 476 492 476 464 454 UA LL LL 150 476 514 554 566 544 526 510 496 486 0 w 200 634 642 612 584 566 550 534 522 510 250 680 650 624 602 582 566 552 540 528 a 300 680 654 632 612 596 580 566 554 544 J350 680 658 638 620 604 590 578 566 556 400 680 1 660 642 626 612 600 588 576 566 ! Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 U 0 0 40 80 118 158 198 238 278 316 M 50 248 288 326 376 406 446 486 476 462 W 100 496 534 574 614 624 596 572 552 530 U. LL 150 742 782 742 704 672 646 624 604 586 0 w 200 850 804 766 732 704 680 658 640 624 a 250 850 812 780 752 726 704 684 666 652 Z 300 850 818 790 766 742 722 704 688 672 w 350 850 822 798 776 756 736 720 704 690 1 400 850 826 804 784 766 748 732 718 704 Time in seconds required for decompression from 3.5 psig to 3.0 psig. ILENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 00 w 0 0 40 80 118 158 198 238 278 316 *4 w 50 356 396 436 476 314 554 566 544 526 LL 100 712 752 792 794 748 710 680 654 632 ' 0 W 150 1020 952 896 850 810 778 748 722 700 H M 200 1020 968 922 884 850 820 794 770 748 Z a 250 1020 978 940 906 876 850 826 804 784 Z ! LU U 300 11020 984 1 952 922 896 872 850 830 S10 Z 350 1020 990 960 916 912 890 868 850 832 H 400 1020 992 968 944 922 902 884 866 850 ! Time in seconds required for decompression from 3.5 psig to 3.0 psig. ! ! ! Central Storm Water Forcemain Phase II/Inouye 7 - 15 June 6, 2012 Project Number 10-3009C LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 1 300 350 400 w 0 0 40 80 118 158 198 238 278 316 r4 W 50 634 674 712 752 792 794 748 710 680 LL 100 1268 1246 1156 1082 1020 968 922 884 850 0 W 150 1360 1282 1214 1156 1106 1060 1020 984 952 a 200 1360 1300 1246 1200 1156 1118 1082 1050 1020 Z 250 1360 1312 1268 1228 1190 1156 1124 1096 1068 LU Z300 1360 1320 1282 1246 1214 1184 1156 1130 1106 04 350 1360 1324 1292 1262 1232 1206 1180 1156 1134 400 1360 1330 1300 1272 1246 1222 1200 1178 1156 Time in seconds required for decompression from 3.5 psig to 3.0 psig. SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(2)H Television Inspection , All new sanitary sewer extensions shall be TV camera inspected by the City Operations Division prior to acceptance. All construction must be completed and approved by the Inspector prior to the TV inspection. All manholes shall be channeled, and grade rings set in place prior to TV Inspection by the City. The casting and top grade ring, do not have to , be mudded in until after the final grade is established. SECTION 7-17.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW >� SECTION: 7-17.3(2)I Vacuum Testing of Sanitary Manholes All new sanitary sewer manholes shall be vacuum tested by the City Operations Division prior to acceptance to ensure it-is air-tight and not , susceptible to infiltration. On projects with more than one manhole, the Contractor shall have all of the manholes ready for testing prior to scheduling the air-testing with the project inspector. Manholes will not , be considered ready for testing until all grouting has been performed and the frame and cover have been grouted in place. It is the responsibility of the Contractor to ensure all manholes are ready for ' testing prior to scheduling the testing through the inspector. Manholes not ready for testing shall receive a failing mark and a re-test shall be scheduled through the inspector once the manhole is ready. The Contractor shall bear all costs for correction of deficiencies found during the vacuum testing, including the costs for additional vacuum testing to verify the correction of deficiencies. 1 Central Storm Water Forcemain Phase II/Inouye 7 - 16 June 6, 2012 Project Number 10-3009C SECTION 7-17.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.5 Payment "PVC Sewer Pine, 10 Inch Diameter" "Ductile Iron Sewer Pipe, 10 Inch Diameter" The unit contract price per lineal foot for the above Items shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and Install the pipe at the locations shown on the plans and described in the specifications. The bid Item ' price Includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; cutting, removing and disposing of existing sewer pipe; capping or plugging of the existing I pipe; backfill and compaction (when native material Is to be used), surface restoration, and cleanup. The bid price shall also include supplying and Installing fittings, wyes, tees, plugs, and joint materials; ` connection to new or existing manholes and pipes, air testing; protecting and supporting existing utilities; coordination for TV inspection, additional costs for overtime work when working on weekends, and any sewage bypass systems used. 7-18 SIDE SEWERS 7-18.3 Construction Requirements SECTION 7-18.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-18.3(6) Existing Side Sewers It shall be the Contractor's responsibility to field verify the location of existing side sewers. Also, the Contractor shall verify the actual location of existing side sewers that are indicated on the plans. Once the existing side sewer is exposed, the Contractor shall field inspect the side sewers to determine the size and type of pipe and then furnish the required pipe, adaptors, couplings and fittings that are Inecessary to make the reconnections. All openings to any abandoned side sewer that is exposed during ' construction, shall be plugged by the Contractor. The plug shall be watertight and shall meet with the approval of the Engineer. ' SECTION 7-18.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-18.5 Payment ' The unit contract price per lineal foot for the "C900 PVC Side Sewer Pipe, 6 Inch Diameter" of the various kind and size specified on the 1 plans shall be complete compensation for all labor, materials, tools, supplies, and equipment necessary to locate and expose the existing side sewer pipe, removal and capping of the existing side sewer pipe, ' Central Storm Water Forcemain Phase II/Inouye 7 - 17 June 6, 2012 Project Number. 10-3009C and furnish and install the new side sewer pipe at the locations shown on the plans and described in the specifications. The bid item price ' includes but is not limited to: locating and exposing the existing side sewer; removing and capping the existing side sewer; supplying and installing the new side sewer pipe; supplying and installing the locating , wire and hose clamp; connection to the home or business; trench excavation; unsuitable material excavation, hauling, and dewatering; supplying the backfill material, backfill and compaction; supplying the , topsoil and hydroseed; surface restoration; and cleanup. The bid price shall also include fittings, wyes, tees, plugs, and joint materials; connection to new or existing manholes and pipes, air testing; vacuum ' testing coordination for TV inspection, additional costs for overtime work when working on weekends, and any sewerage bypass systems used. ' 1 i i 1 i 1 1 1 1 1 Central Storm Water Forcemain Phase II/Inouye 7 - 18 June 6, 2012 Project Number 10-3009C DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these 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 including any staging area(s), thereby protecting the work, nearby wetlands, streams, retention/detention ponds, the storm drainage conveyance system and other bodies of water. 1 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. The ( Contractor shall employ BMPs within the project, including any staging area(s). 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 I Materials shall meet the requirements of the following sections of the Kent Special Provisions and the Standard Specifications: Seed ....................................8-01.3(2)B and 9-14.2 Fertilizer ...............................8-01.3(2)B and 9-14.3 Mulch and Amendments ..........8-01.3(2)D and 9-14.4 Tackifier ...............................8-01.3(2)E and 9-14.4(7) Straw Bale Barrier..................8-01.3(9)C Quarry Spalls.........................9-13 ' Central Storm Water Forcemam Phase II/Inouye 8 - 1 June 6, 2012 Project Number 10-3009C Straw Mulch ..........................9-14.4(1) ' Wood Cellulose Fiber ..............9-14.4(2) Erosion Control Blanket...........9-14.5 1 Clear Plastic Covering .............9-14.5(3) Water for plants.....................9-25.2 Construction Geotextile...........9-33 , Silt Fence..............................9-33.2 Table 6 8-01.3 Construction Requirements SECTION 8-01.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(1) General i 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 disslpators, and other measures, to control downstream flows so as to protect properties and waterways from the construction work areas, 3. Controlling underground water found during construction; 4. Covering or otherwise protecting slopes until permanent erosion- control measures are working; 5. Designing, constructing and stabilizing temporary onsite conveyance channels to prevent erosion from the expected velocity of flow from a 2-year, 24-hour frequency rainfall event for the developed condition. Stabilization shall be provided to be adequate to prevent erosion of outlets and ad]acent 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, the 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 fall to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a , timely manner, or fail to take Immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. Central Storm Water Forcemain Phase II/Inouye 8 - 2 June 6, 2012 Project Number 10-3009C Prior to or in conjunction with all clearing or grading, the Contractor shall Implement TESC measures as necessary to prevent erosion and to 1 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 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 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. rThe TESC facilities shown on the construction plans must be constructed and functional prior to any clearing and grading activities, and in such a manner as to insure that sediment laden water does not enter the drainage system or violate applicable water quality standards. The facilities shall be in accordance with and conform to the Appendix D to the King County Surface Water Design Manual, Erosion and Sediment Control Standards, except as modified by the Kent Construction Standards or these Special Provisions. The Contractor shall construct I 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 Imeasures 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 ' Central Storm Water Forcemam Phase II/Inouye 8 - 3 June 6, 2012 Project Number 10-3009C and labor shall be paid for under the unit contract bid price. The ' Contractor shall also restore all damaged areas and clean up eroded , material including that in ditches, catch basins, manholes, and culverts. The Contractor shall have adequate materials on the site to respond to weather changes and shall modify the system to accommodate seasonal changes. If the Engineer or any governmental agency determines that the Contractor's drainage and erosion control measures are inadequate to meet the intent of applicable regulatory programs or ' the Contract Documents with regard to the control of surface water runoff, erosion or the prevention of environmental degradation as a result of surface water runoff or erosion, then the Contractor shall field , design and implement additional surface water runoff or erosion control measures that address the 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 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. j Central Storm Water Forcemain Phase II/Inouye 8 - 4 June 6, 2012 Project Number 10-3009C Erodible soils not being worked, whether at final grade or not, as well as temporary soil and debris stockpiles, shall be covered within the following limitations, using an approved soil covering practice, unless authorized otherwise by the Engineer. Erodible soils is defined as any surface where soils, grindings, or other materials are capable of being ' displaced and transported by rain, wind or surface water runoff. October 1 through April 30 2 days maximum May 1 through September 30 7 days maximum Grass seeding with fast germinating grasses alone will be acceptable ' only if left undisturbed for more than a minimum of six (6) weeks during the months of April through October inclusive, as approved by the Engineer. Contractor shall bear the risk of managing contaminated and uncontaminated stormwater originating from area occupied or disturbed by the Contractor during construction of the project and shall employ such additional measures as may be required to prevent environmental harm or physical damage to the work area, or adjacent property. 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 I 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 I requirements. All costs associated with permit requirements shall be included in the associated bid item unit price. If the Engineer, under Section 1-08.6, orders the work suspended for an extended time, the Contractor shall, before the Contracting Agency assumes maintenance responsibility, make every effort to control ' erosion, pollution, and runoff during shutdown. Section 1-08.7 describes the Contracting Agency's responsibility in such cases. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the Standard Specifications, the Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking ' areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED 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 Central Storm Water Forcemain Phase II/Inouye 8 - 5 June 6, 2012 Project Number 10-3009C 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. 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. Central Storm Water Forcemain Phase II/Inouye 8 - 6 June 6, 2012 Project Number 10-3009C ' 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)8 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 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. 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 1 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 1 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 ' Central Storm Water Forcemain Phase II/Inouye 8 - 7 June 6, 2012 Project Number 10-3009C the mixture and the percentage of purity and germination of each , variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions Indicated in Section 9-14.2 of the Standard Specifications and ' Special Provisions. Seed shall meet the minimum percentages of purity and germination specified. Seed shall be applied at the rate of 120 pounds per acre. , The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Store seed in cool dry location away from contaminants. 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 requirements of Sections 8-01.3(2)D ' and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the , following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall be applied in accordance with the procedures and ' requirements for seeding in Section 8-01.3(2)B at the rates and analysis specified in Section 9-14.3 with regard to formulation and rate of application. Fertilizer shall not be applied on any creek ' sideslopes in order to avoid contamination of these creeks. Central Storm Water Forcemain Phase II/Inouye 8 - 8 June 6, 2012 Project Number 10-3009C ' 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand ' held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after the fertilizing has been accomplished and rake the seed Into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: ' Seed 170lbs/acre Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: ' 8-01.3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the 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. ' Central Storm Water Forcemain Phase II/Inouye 8 - 9 June 6, 2012 Project Number 10-3009C SECTION 8-01.3(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 tackifler is required, the tackifler shall be Type A as specified in Section 9-14.4(7) of the Standard Specifications. When specified, soil binders and tacking agents shall be applied In accordance with the manufacturer's recommendations. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE , PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch , Unless otherwise approved by the Engineer, the final application of ' seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1. Where contract timing Is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period , listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED 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 operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, remulch or refertllize 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. Central Storm Water Forcemam Phase II/Inouye 8 - 10 June 6, 2012 Project Number 10-3009C Areas falling 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. SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: I8-01.3(9)D Inlet Protection I 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- I 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. 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 Icleaning units shall provide a device for oil separation. Handling and storage of fuel, oil and chemicals shall not take place I 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 Central Storm Water Forcemain Phase II/Inouye 8 - 11 June 6, 2012 Project Number 10-3009C 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 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 8-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5 Payment ' The unit contract price per square yard for "Seeding, Fertilizing, and , Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas. 1. All planter areas or areas disturbed by the Contractor's operations , behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The , cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. , The unit bid price per each straw bale used for "10 Foot Straw Wattles 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. Central Storm Water Forcemain Phase II/Inouye 8 - 12 June 6, 2012 ' Project Number 10-3009C 1 The unit bid price per square yard for "Straw Mulch" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dried condition, and free of noxious weeds and other materials detrimental to plant life. The unit price per square yard for "Clear Plastic Covering" (6 mil polyethylene sheets) shall constitute complete compensation for furnishing, staking, maintaining and protecting, the material in place (including sand bags and stakes) on all exposed soils per the Standard Specification and as directed by the Engineer. The unit contract price per hour for "ESC Lead" shall be full pay for all duties outlined in Section 8-01.3(1)B (Erosion and Sediment Control (ESC) Lead. 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: ' Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. fNumber of Specified Items Required: Wherever in these special provisions an article, device or piece of equipment is referred to in the ' singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.1(1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date ' a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. All plant materials shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. Central Storm Water Forcemain Phase II/Inouye 8 - 13 June 6, 2012 Project Number 10-3009C SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: , 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C............. 9-14.1(1), (2), (3) ' Seed ....................................................... 9-14.2 Fertilizer.................................................. 9-14.3 ' Mulch and Amendments............................. 9-14.4 Wood Cellulose Fiber................................. 9-14.4(2) Special Planting Mixture............................ 9-14.4(11) , Matting ................................................... 9-14.5 Plant Materials.......................................... 9-14.6 Street Trees............................................. 9-14.6(1)A ' Stakes, Guys and Wrapping ....................... 9-14.7 Tree Ties ................................................. 9-14.7(1) Water for Plants........................................ 9-25.2 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements , SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING. 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.3(11) IS REVISED AS FOLLOWS: ' 8-02.3(11) Bark or Wood Chip Mulch Revise all references in this section from bark or wood chip mulch to "compost or xylem wood chips". Central Storm Water Forcemam Phase II/Inouye B - 14 June 6, 2012 Project Number 10-3009C SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic yard for "Topsoil Type A" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This Item Includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. The unit contract price per ton for "Crushed Red Cinder for School Track, 1/4 Inch" constitutes complete compensation for all labor, material, tools, supplies and equipment necessary or incidental to furnish and place the red cinder 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. ' This bid item also includes repairing the track's underdrain. The unit contract price per lineal foot for "School Track Border" constitutes complete compensation for all labor, materials, supplies, tools and equipment necessary to remove the track's steel banding and concrete backing, and construct the new backing and reinstalling the banding. This item includes but is not limited to: removing and disposing of the concrete backing; cutting and removing the steel banding; constructing the new concrete backing; and reinstalling the steel backing. The unit contract price per square yard for "School Track Field" constitutes complete compensation for all labor, material, tools, supplies and equipment necessary to restore the Mill Creek Middle School's track field resulting from construction equipment damage. ' This includes but is not limited to: regrading; furnishing, spreading and compacting the topsoil; and furnishing and seeding the area. This bid item is only for site restoration as a result of damage from construction equipment. Site restoration of the force main trench will be paid for under the topsoil type A and seeding, fertilizing, and mulching bid items. 8-04 CURBS, GUTTERS, AND SPILLWAYS ' SECTION 8-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways The City will provide control staking in accordance with Section 1- 05.5(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. Central Storm Water Forcemain Phase II/Inouye 8 - 15 June 6, 2012 Project Number 10-3009C 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: , "Cement Concrete Curb and Gutter" "Cement Concrete Extruded Curb" The unit contract price per linear foot for the above items shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES , SECTION 8-06.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.3 Construction Requirements , Cement Concrete Driveways shall be installed at the locations indicated on the plans or where directed by the Engineer. See Kent Standard Plan 6-44. Cement concrete driveways and associated cement concrete curb drops shall be constructed using a 4,000 psi 3-day mix. In addition, the Contractor shall immediately implement temporary provisions for , access so that no driveway is out of service. See Kent Special Provisions Section 1-07.23(1). Also the Contractor shall not simultaneously work on more than one driveway serving a property. SECTION 8-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.5 Payment The unit contract price per square yard for "Cement Concrete Driveway, , 8 Inch Depth, Reinforced" constitutes complete compensation for all materials, labor and equipment required to install 8" thick cement concrete driveway in accordance with the plans and specifications. Reinforcing steel in the driveway shall be included in this bid item. Reference City of Kent Standard Plan 6-44. This bid item also includes any temporary items, including steel plates, needed to keep the driveways open during construction. 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in Central Storm Water Forcemain Phase II/Inouye 8 - 16 June 6, 2012 Project Number 10-3009C accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. SECTION 8-12.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 8-12.3(1) Chain Link Fence and Gates Existing fences and gates shall be restored to their former condition or ' to that condition acceptable to the Engineer. New materials shall meet the requirements shown in the plans or as ' directed by the Engineer. SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.4 Measurement Remove and restore fence shall be measured along that portion of the fence which must be removed in order to perform necessary work. Measurement for payment will be between the closest posts which remain undisturbed by the work. Restoration of fence beyond the stated limits is Incidental to and Included in the measured length defined above. If the Contractor removed additional fence for his convenience, restoration of the additional length of fence shall be at his sole expense. 1 SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment The unit contract price per linear foot for "Remove and Reinstall Fence" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove and reinstall the chain-link fence as shown on the plans. The bid item price shall include but is not limited to: removal and reinstallation of the chain-link fabric; removal, ' cleaning and reinstallation of the existing fence post. The Contractor shall re-use all remaining fence items, including but not limited to: the wire mesh, top and bottom rails, and all hardware. The Contractor shall replace any damaged items at its expense. This bid item also includes any temporary fencing needed to secure the property. ' 8-13 MONUMENT CASES SECTION 8-13.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-13.5 Payment ' Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the proposal. ' The unit contract price per each for "Remove and Install New Monument, Case and Cover" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary Central Storm Water Forcemain Phase II/Inouye 8 - 17 June 6, 2012 Project Number 10-3009C to remove the existing monument, case and cover, and install the new monument, case and cover. This bid Item Includes but shall not be limited to: excavating; removal of the existing monument, case and , cover; installation of the new monument, case and cover; supplying the backfill material and backfilling; compacting; surfacing; and restoration. This bid Item also Includes coordinating with the Clty's Survey , Department. Reference Kent Standard Plan 6-72. 8-14 CEMENT CONCRETE SIDEWALKS , SECTION 8-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description This work shall also consist of constructing wheel chair ramps at all ' street intersections, curb return driveways, or other locations in accordance with these specifications and In reasonable close conformity to the dimensions and cross-sections shown In the plans and to the ' lines and grades as staked by the Engineer. SECTION 8-14.3(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 edging, the walking surfaces of the sidewalk and ramps shall be brushed In a traverse direction with a stiff bristled broom. The curb face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Expansion and contraction joints shall be constructed as shown in the Standard plans. When the sidewalk abuts a cement concrete curb or ' curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full cross-section of the sidewalk with 3/8-Inch premolded joint filler. , Sidewalk ramps shall be of the type specified in the plans. The detectable warning pattern shall have the truncated dome shape shown , in the Standard Plans and may be formed by either embossing the wet concrete, adding a manufactured material after the concrete has cured, or installing masonry or ceramic tiles. When masonry or ceramic tiles are used, the Contractor shall block out the detectable warning pattern area to the depth required for installation of the tiles and finish the construction of the concrete ramp. After the concrete has set and the , forms have been removed, the Contractor shall install the tiles using standard masonry practices. The two-foot wide detectable warning pattern area on the ramp shall be yellow and shall match the color of "Standard Interstate Yellow" paint as specified in Formula K-2-83. Central Storm Water Forcemain Phase II/Inouye 8 - 18 June 6, 2012 Project Number 10-3009C ' Yellow masonry paint for precast curbs, Formula H-3-83, may be used for truncated dome patterns embossed Into the concrete surface. ' SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 8-14.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid Items when Included in the Proposal: The unit bid per square yard for "Cement Concrete Sidewalk" ' constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk and wheelchair ramps as shown on the drawings and in accordance with the ' Kent Special Provisions. The unit price shall include but not be limited to: restoration and/or regrading of areas adjacent to sidewalks and ramps that are disturbed from sidewalk forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation, Bark or Wood Chip Mulch, and Gravel Borrow as required shall be paid for under separate bid items. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL SECTION 8-20.1 IS REVISED AS FOLLOWS: 8-20.1 Description THE SECOND PARAGRAPH IS REVISED TO READ AS FOLLOWS: Unless otherwise noted in the plans, the locations of traffic signal poles, controller cabinets, and street light standards are exact. The locations of ]unction boxes, conduits and similar appurtenances shown in the plans are approximate; and the proposed locations will be staked or similarly marked by the Contractor and approved by the Engineer. SECTION 8-20.2(1) IS REVISED BY ADDING THE FOLLOWING TO PARAGRAPH 3, FOLLOWING ITEM 2: ' 8-20.2(1) Equipment List and Drawings 3. Photometric curve data provided in electronic format IES format files provided on a 3 1/2 inch diskette or CD-ROM disk. 4. Photometric calculations showing that the proposed luminaire meets the minimum street lighting requirements of the City of Kent. 5. Catalog Cuts and/or ordering information clearly showing selected Iluminaire options. Central Storm Water Forcemain Phase II/Inouye 8 - 19 June 6, 2012 Project Number 10-3009C 8-20.3 Construction Requirements SECTION 8-20.3(5) IS REVISED AS FOLLOWS: ' 8-20.3(5) Conduit THE SECOND PARAGRAPH IS REPLACED IN ITS ENTIRETY WITH THE , FOLLOWING: The size of conduit used shall be that size shown in the plans. Conduits smaller than 2-Inch electrical trade size shall not be used. No conduit run shall exceed 225 degree total bends in any run without prior approval of the Engineer. THE FOLLOWING PARAGRAPH IS ADDED AFTER THE SECOND PARAGRAPH: , The Contractor shall Install 1/4 Inch diameter nylon pull rope in all conduit runs. A tracer wire terminating within function boxes shall be Installed in all conduits Intended for future use. The tracer wire shall be uninsulated #12 AWG stranded copper. THE FOLLOWING CHANGES APPLY TO THE NUMBERED ITEMS FOLLOWING , THE WORDS "Galvanized steel conduit shall be installed at the following locations:" Item 1. Change to read "All State highway roadbed crossings" Item 3. Contents are deleted, leaving it BLANK , SECTION 8-20.3(8) IS REVISED AS FOLLOWS. 8-20.3(8) Wiring THE THIRD PARAGRAPH OF THIS SECTION IS DELETED AND REPLACED WITH THE FOLLOWING: All splices in underground Illumination circuits and Induction loops ' circuits shall be Installed within junction boxes. The only splice allowed in Induction loop circuits shall be the splice connecting the Induction loop lead in conductors to the shielded home run cable. Splices for Illumination circuits, Including two way, three way, four way and aerial splices, and splices for Induction loop circuits shall be spliced with copper crimped solder-less connectors Installed with an approved tool , designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) of the Special Provisions to seal each splice Individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. Central Storm Water Forcemain Phase II/Inouye 8 - 20 June 6, 2012 Project Number 10-3009C SECTION 8-20.3(10) IS REVISED AS FOLLOWS: ' 8-20.3(10) Services Transformer, Intelligent Transportation System Cabinet THE LAST PARAGRAPH OF THIS SECTION IS DELETED IN ITS ENTIRETY. SECTION 8-20.3(14)C IS REVISED AS FOLLOWS: 8-20.3(14)C Induction Loop Vehicle Detectors THE LAST SENTENCE IN ITEM 2 IS REVISED TO READ: Each additional loop Installed in the lane shall be on 12 foot centers. ITEM 4 IS REVISED AS FOLLOWS: 4. All content after the first sentence is DELETED. ITEM 9 AND ITEM 10 CONTENTS ARE DELETED, LEAVING THEM BLANK SECTION 8-20.3(14)C IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THIS SECTION: Loop sealant shall be CrafcoTm Loop Detector Sealant 271, or approved equal. Installation shall conform to the manufacturer's recommendations. SECTION 8-20.3(14)D IS REVISED AS FOLLOWS: 8-20.3(14)D Test for Induction Loops and Lead-in Cable SPECIFIED TESTS ARE REVISED AS FOLLOWS: Test B - A megger test at 500 volts DC shall be made between the cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 200 megohms. Test C - A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 200 megohms. SECTION 8-20.3(14)E IS REVISED AS FOLLOWS: ' 8-20.3(14)E Signal Standards ITEM 8 IS REVISED TO READ AS FOLLOWS: 8. All tenons shall be field installed using Astro-BracTm AB-3008 Clamp ' Kits, or pre-approved equal. i ' Central Storm Water Forcemain Phase II/Inouye 8 - 21 June 6, 2012 Project Number 10-3009C SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment The unit contract price per lineal foot for "4 Inch Diameter Schedule 80 Conduit" constitutes complete compensation for all materials, labor, , tools, supplies and equipment required to Install the spare conduit as shown on the plans and described in the specifications. The bid Item price shall include but is not limited to: supplying and installing the conduits and fittings, and connection to the Junction boxes. The unit contract price per each for "Adjust Existing Junction Box to L Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and , described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Adjusting the grade , by adding or removing risers, rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. "Traffic Signal Modifcation at Meeker Street" "Traffic Signal Modification at Gowe Street" The lump sum contract price for the above items shall be full pay for modifying and removal of existing systems, as shown in the Plans as described in Section 8-20.1 of the Kent Special Provisions and as herein specified including but not limited to: excavation, providing the backfill material, backfilling, supplying and installing the conduit, splicing, wiring, loops, supplying and installing the junction boxes, restoring facilities destroyed or damaged during construction, existing conduits and wires, lowering the existing traffic signal conduit, making all required tests, and Labor and Industries electrical inspection. All , additional materials and labor, not shown in the plans or called for herein and which are required to complete the signal system, shall be included in the lump sum contract price. The contract price shall also include the cost to temporarily operate the existing traffic signal system during installation of the new system; removal and disposal/salvage of the existing traffic signal system, and welding the junction box lids after acceptance. "Junction Box, Type 1" "Junction Box, Type 2" "Junction Box, Type 4" "Junction Box, Type 5" The unit contract price per each for the above items include all costs for the work required to furnish and install the junction box, including dewatering if necessary, backfill, compaction, adjustment to final grade, and welding the junction box lid shut after acceptance. This bid item shall be used for the tracer wire and spare conduit system. Junction boxes used for the signal systems shall be paid for under the traffic signal modification bid items. Central Storm Water Forcemain Phase II/Inouye 8 - 22 June 6, 2012 , Project Number 10-3009C 8-21 PERMANENT SIGNING SECTION 8-21.3(4) IS REVISED BY DELETING THE 4TH SENTENCE AND BY ADDING THE FOLLOWING: 8-21.3(4) Sign Removal ' Wood signs, wood sign posts, wood structures, metal sign posts, windbeams, and other metal structural members shall be removed. Only aluminum signs, metal sign posts, wlndbeams and other metal structural members shall be re-used. The Contractor shall store all signs prior to reinstallation. The Contractor shall deliver the wood sign posts to the Sign Shop at the City of Kent Maintenance Facility located at 5821 South 240th Street (a.k.a. West James Street.) The Contractor shall be charged $2.00 per square foot for any signs that are lost or are rendered unusable as signs by the Contractor's operation. Also see Section 2-02.3 of the Kent Special Provisions. SECTION 8-21.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3(5) Sign Relocation Relocated signs shall be installed on new metal posts unless otherwise specified on the plans, or by the Engineer. SECTION 8-21.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.5 Payment ' The unit contract price per each for "Traffic Sign Relocation" constitutes complete compensation for all labor, materials, supplies and equipment ' necessary to remove, and relocate existing traffic signs shown on the plans and described in the specifications. This item includes but is not limited to: removal of existing traffic signs, delivery of the wood sign post to the Sign Shop, supplying the metal sign post, attaching the sign to the metal sign post, and re-installing the traffic sign. The Contractor shall store all traffic signs. ' 8-22 PAVEMENT MARKING SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description THE TEXT UNDER Crosswalk Stripe IS REPLACED WITH THE FOLLOWING: A series of pairs of parallel SOLID WHITE lines, 8-feet long, 8 inches wide, aligned parallel with the direction of traffic, with an 8 inch space between the lines. Pairs are located as shown in City of Kent Standard ' Plan 6-75. Central Storm Water Forcemain Phase II/Inouye 8 - 23 June 6, 2012 Project Number 10-3009C THE TEXT UNDER Two Way Left Turn Stripe IS REPLACED WITH THE FOLLOWING: A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 Inches wide, separated by a 4 inch space. The broken or "skip" pattern shall be based upon the City's 12-foot line and a 30-foot space, except where the existing paint markings use a different pattern in which case the existing pattern will be used. The solid line shall be Installed to the right of the broken line in the direction of travel. THE FOLLOWING NEW PAVEMENT MARKING IS ADDED: Yellow Painted Curb ' A SOLID YELLOW stripe, just wide enough to completely cover the concrete curbing. ' SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Paint for pavement and curb markings shall be white or yellow paint as noted in the Proposal and Bid Item Descriptions. All paint, Including the paint for the concrete curbs, shall be described in the Qualified Products List as "Temporary Pavement Marking Paint - Low VOC Solvent Based." Paint and sprayed material shall be applied with a top dressing of glass beads. All Paint shall comply with the specifications for no heat, instant dry pavement markings. Glass beads shall be AC-110 Highway Street Spheres, or pre-approved equal. Material for pavement markings shall be paint, plastic or Raised Pavement Markings (RPMs) as noted in the bid item. Paint and plastic shall be selected from materials listed in the Qualified Products list (QPL). Material for RPMs shall meet the requirements for Section 8- 09.2. SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic ' control devices as necessary to direct vehicular traffic away from Central Storm Water Forcemain Phase II/Inouye 8 - 24 June 6, 2012 ' Project Number 10-3009C freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. ISECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be Installed per the requirements of Section 8-09.3(4). SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. ' Where the project Involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, ' or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8- 09.3(1) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. 8-23 TEMPORARY PAVEMENT MARKINGS ' THE FIRST PARAGRAPH OF SECTION 8-23.1 IS DELETED AND REPLACED WITH THE FOLLOWING: Central Storm Water Forcemain Phase II/Inouye 8 - 25 June 6, 2012 Project Number 10-3009C 8-23.1 Description The work shall consist of furnishing, installing and removing temporary pavement markings. Temporary pavement markings shall be provided for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent markings are , Installed. Temporary pavement markings that are damaged shall be repaired or replaced Immediately. Edge lines shall be Installed unless otherwise specified in the Contract. ' THE THIRD PARAGRAPH OF SECTION 8-23.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.S Payment No payment shall be made for temporary pavement markings. The cost , for temporary pavement markings shall be Included in the unit contract price for the plastic stop line, plastic crosswalk line and plastic line bid items. 8-28 POTHOLE UTILITIES 8-28.1 Description This work shall consist of potholing utilities as directed by the Engineer , and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. , 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with HMA. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing ' utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface ' restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. Central Storm Water Forcemam Phase IIJInouye 8 - 26 June 6, 2012 Project Number 10-3009C 1 8-28.5 Payment 1 Payment will be made in accordance with Section 1-04.1, for the following bid Items when they are Included In the Proposal: 1 The contract price per each for "Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment 1 necessary to pothole utilities as described In the specifications and/or directed by the Engineer. 1 i i 1 1 1 1 1 i 1 1 1 i 1 Central Storm Water Forcemain Phase II/Inouye 8 - 27 June 6, 2012 Project Number 10-3009C ' 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 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % % Fracture 75 min. ' Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. SECTION 9-03.14(i) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(1) Gravel Borrow I Gravel Borrow material shall consist of pit-run granular material ' conforming to the following gradation: Sieve Size Percent Passing 3 Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 ' U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 ' Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent ' (5%) based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. ' Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. 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. ' Central Storm Water Forcemain Phase II/Inouye 9 - 1 June 6, 2012 Project Number 10-3009C * The maximum size of stone for geosynthetic reinforced walls or slopes shall be 100 percent passing 1 1/4 Inch square sieve and 90 to 100 ' percent passing 1 Inch square sieve. All other sieve values continue to apply. SECTION 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING: ' 9-03.17 Foundation Material Class I and Class II Foundation Material Class I and Class II shall be used to replace , unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class II shall conform to the following ' gradations: ' Percent Passing Sieve Size Class I Class II 6" square 100 --- ' 4" square --- 100 2" square 0 65-85 1" square --- 40-70 ' 1/4" square --- 20 max All percentages are by weight. , In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. ' Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at , least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss ' Density (solid volume) 155 pcf min Specific Gravity 2.48 min ' SECTION 9-03 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW ' SECTION: 9-03.22 Red Cinder , Red cinder for the school track shall conform to the following gradations: , Central Storm Water Forcemam Phase II/Inouye 9 - 2 June 6, 2012 , Project Number 10-3009C Sieve Size Percent Passing 3/4 Inch 100 1/2 Inch 100 3/8 Inch 98 1/4 Inch 91 U.S. No. 4 85 U.S. No. 8 71 ' U.S. No. 10 68 U.S. No. 16 59 U.S. No. 30 49 ' U.S. No. 40 45 U.S. No. 50 40 U.S. No. 100 33 U.S. No. 200 26 9-05 DRAINAGE STRUCTURES. CULVERTS, AND CONDUITS ' SECTION 9-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-05.21 High Density Polyethylene Storm Sewer Pipe ' The pipe shall be made using high-density polyethylene with a standard thermoplastic material designation code of PE 3408 and having a cell classification code of PE 345434C (ASTM D3350). Material and workmanship as specified by ASTM F714. SDR rating shall be SDR 11. Pipe shall be joined by thermal fusion per the Manufacturer's recommended procedures. The Contractor shall be responsible for ensuring that personnel have received proper training per the ' Manufacturer's recommended procedure. Polyethylene pipe may be joined together through the use of electrofusion fittings or flange adapters with back-up rings only where directed by the Engineer. The Contractor shall be responsible for field set-up and performance of the fusion equipment and the fusion procedure used by the operator. The Contractor shall verify the fusion quality by making and testing per the Manufacturer's recommended qualification procedure. The Contractor shall be responsible for the necessary adjustments to the set-up, equipment, operation and fusion procedure. Fusions that fail ' the qualification procedure shall be remade. Hydrostatic testing shall be conducted in accordance with the Manufacturer's recommended testing procedures. The minimum test pressure shall be 250 pounds per square inch. Central Storm Water Forcemain Phase II/Inouye 9 - 3 June 6, 2012 Project Number 10-3009C 9-14 EROSION CONTROL AND ROADSIDE PLANTING ' SECTION 9-14.1(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-14.1(1) Topsoil Type A Topsoil Type A shall be free of weeds and consist of the Special Planting Mixture per Section 9-14.4(11) of these Special Provisions with commercial fertilizers added as specified herein and having a pH range 1 of 5.0 to 6.0. SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 9-14.1(1)A Rotted Manure Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. 9-14.1(1)B Peat Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture ' content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. 9-14.1.(1)C Sandy Loam II Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) 100% Passing 1 mm sieve.................... 80% minimum Passing 0.15 mm sieve ............... 15% maximum SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. , Grasses used shall meet the following specifications: Central storm water Forcemain Phase II/Inouye 9 - 4 June 6, 2012 t Protect Number 10-3009C Mix A (Roadside Grass): Weight Seed Mix "A" Min % Min % Max Proportion Ingredient Pure Seed Germination Weed Seed 40% Perennial R e rass 98% 90% 0 5% 30% Creeping Red Fescue 98% 85% 0.5% 30% White Dutch Clover 98% 90% 0.5% Pre-inoculated The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval Including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of commercial fertilizer (6- 10-8), "Jobe's Tree Stakes", or "Agriform Slow Release Tablets". Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall Ireceive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium ......... 16% of weight The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments SECTION 9-14.4(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-14.4(2) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will I Central Storm Water Forcemain Phase IIJInouye 9 - 5 June 6, 2012 Project Number 10-3009C become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586 The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. SECTION 9-14.4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.4(11) Special Planting Mixture Special planting mixture shall consist of three-way mix consisting of one part rotted manure, one part sandy loam, and one part peat by volume with commercial fertilizers added as specified herein and having a pH range of5.0to6.0. j Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) 100% Passing 1 mm sieve ......................... 80% minimum Passing 0.15 mm sieve..................... 15% maximum The sandy loam shall be free from subsoil, noxious weed seed and other foreign substances and shall have a pH factor of between 5.0 and 6.0. Maximum Electrical Conductivity shall be 2.0 milhohms. Central Storm Water Forcemain Phase II/Inouye 9 - 6 June 6, 2012 Project Number 10-3009C 9-16 FENCE AND GUARDRAIL SECTION 9-16.1(1)B IS DELETED AND REPLACED WITH THE FOLLOWING: 9-16.1(1)B Chain Link Fence Fabric Chain link fabric shall consist of 9 gage wire (0.148-inch diameter) for all fences. The fabric wire shall be: Galvanized steel wire conforming to ASTM A 392. Galvanizing shall be Class I performed by the hot dip process. The wire shall be woven into approximately 2-inch diamond mesh. The width and top and bottom finish of the fabric shall be as shown in the plans. 9-28 SIGNING MATERIALS AND FABRICATION SECTION 9-28.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.1 General All signs shall be reflectorized except for City of Kent Project Signs. ALL PERMANENT SIGNS, EXCEPT "NO PARKING ANYTIME" SIGNS SHALL HAVE VIP SIGNS AND CLASS A TEMPORARY DIAMOND GRADE RETRO- REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE PLANS. "NO PARKING ANYTIME" signs shall have engineer grade retro- reflectorized sheeting. I9-29 ILLUMINATION. SIGNAL. ELECTRICAL SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE BEGINNING OF THIS SECTION: 9-29.1 Conduit, Innerduct, and Outerduct Unless otherwise specified on the Street Lighting or Traffic Signal Plans, all conduits for street lighting, traffic signals and traffic signal interconnect cables for projects within the city limits of Kent shall be Schedule 80 PVC conduit, minimum size 2 inches. 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes SECTION 9-29.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THIS SECTION: 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes tBox frame and lid shall be hot dip galvanized only. ISECTION 9-29.3 IS REVISED AS FOLLOWS: 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable I Central Storm Water Forcemain Phase II/Inouye 9 - 7 June 6, 2012 Project Number 10-3009C SECTION 9-29.3(2)I IS REVISED AS FOLLOWS: 9-29.3(2)I Twisted-Pair Communication Cable Replace " AWG 22" with "#AWG 19". THE LAST SENTENCE IN THE FIRST PARAGRAPH HAS BEEN REVISED TO READ AS FOLLOWS: This cable shall be filled with a gel compound to resist water penetration and migration unless otherwise specified by the plans. SECTION 9-29.12(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(2) Traffic Signal Splice Material Induction loop splices shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. Equipment and methods shall be as recommended by the manufacturer of the splicing materials. Each solderless crimp connector splice shall be wrapped with Scotch""#06147 Electrical Moisture Sealant, or approved equal. 9-29.13 Traffic Signal Controllers SECTION 9-29.13(2) IS REVISED AS FOLLOWS: 9-29.13(2) Flashing Operations ADD THE FOLLOWING TO THE END OF THE FIRST PARAGRAPH: When the cabinet Is commanded to Flashing mode, the DC supply voltage shall be removed from all loadswltches. The flash transfer relays shall be de-energized during flashing operations. REPLACE THE LAST SENTENCE IN ITEM 2 WITH THE FOLLOWING: When the flash-automatic switch Is changed to the automatic position, the controller shall resume normal automatic operation with the display and timing as It existed before the flash mode was enabled. DELETE THE SECOND SENTENCE IN ITEM 3. DELETE ITEM 4 IN ITS ENTIRETY. REVISE ITEM 5 BY DELETING "at the beginning of major street green" IN THE LAST SENTENCE. 9-29.13(3) Emergency Preemption SECTION 9-29.13(3) IS REVISED BY DELETING THE FOURTH SENTENCE. i Central Storm Water Forcemain Phase II/Inouye 9 - 8 June 6, 2012 Project Number 10-3009C SECTION 9-29.13(7) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.13(7) Traffic-Actuated Controllers The traffic-actuated controller for all City of Kent traffic signals shall be a US Traffic MultisonlCSTM 820A-VMS. SECTION 9-29.13(7)B IS REVISED AS FOLLOWS. 9-29.13(7)B Auxiliary Equipment for NEMA Controllers IITEM 2 IS REPLACED WITH THE FOLLOWING: 2. Type P-1 controller cabinets shall include a fully-wired 16-position back panel / load bay. Printed circuit-type load bay design is not acceptable. The load bay shall be of the tilt down style requiring no tools to swing it down; giving access to the back of the load switches and all wiring behind the load bay. The cabinet shall Include the following additional components: twelve solid- state load switches that conform to NEMA TS-2 specifications, eighteen 2 channel detectors (Reno A+ETM Model C-1200-R or approved equal), two 24 VDC regulated detector power supplies (Detector SystemsTM Model 201 or approved equal), twelve red output jumpers to short pin 1 to pin 3 on the loadswitch sockets and auxiliary accessories to provide a complete and functional traffic signal control system. ITEM 3c. IS SUPPLEMENTED AT THE END WITH THE FOLLOWING: A minimum of twenty AC neutral termination points shall be available for field wire termination in the lower portion of the cabinet. ITEM 34 IS SUPPLEMENTED AT THE END WITH THE FOLLOWING: A minimum of ten earth ground unused termination points shall be available for field wire termination in the lower portion of the cabinet. ITEM 4 IS REPLACED WITH THE FOLLOWING: 4. A police panel located behind the police panel door shall be equipped with a flash-automatic switch. See Section 9-29.13(2) (above) for operational requirements. ITEM 5 IS REPLACED WITH THE FOLLOWING: t5. An auxiliary control panel located inside the controller cabinet with a Flash-Automatic switch, a Controller On-Off switch, and a Stop 1 Time switch. The Flash-Automatic switch shall put the signal on Flash without applying Stop Time. The Stop Time switch shall provide for application of stop time or disabling ALL other stop time inputs. A ground fault interrupter-protected double outlet shall also be provided on the panel. The panel shall be side or bottom-hinged. ' Central Storm Water Forcemain Phase II/Inouye 9 - 9 June 6, 2012 Project Number 10-3009C i � ITEM 6 IS REPLACED WITH THE FOLLOWING: 6. The conflict monitor shall be a Solid State Device sT"' Model LCD12P, or approved equal. See Section 9-29.13(2) of the Special Provisions for operational requirements. The unit shall monitor conflicting signal indications at the field connection terminals. The unit shall be wired in a manner such that the signal will revert to Flash if the conflict monitor is removed from service and the cabinet door is closed. Supplemental resistor loads, not to exceed 10 watts per monitored circuit, shall be provided to prevent monitor actuation caused by dimming or lamp burnout. Supplemental loads shall be installed on the control side of the field terminals, for the odd numbered phases only, i.e. 1, 3, 5, 7. ITEM 7 IS REPLACED WITH THE FOLLOWING: 7. Detector switches with separate operate, test, and off positions shall be provided. The switches shall provide a spring loaded momentary contact that will place a call to the controller. When in the OFF position, respective detector circuits will be disconnected. In the OPERATE position, each respective detector circuit shall operate normally. Switches shall be provided for eight vehicle phase inputs, eight pedestrian phase inputs and eight system detector inputs All switches on the panel shall be marked with the function they control. All marked numbers shall be permanent. ITEM 10 IS REPLACED WITH THE FOLLOWING: 10. A fluorescent interior cabinet light mounted at the top of the enclosure with a door switch to automatically energize when the door opens. The light shall be installed a minimum of 12 inches from the vent fan thermostat. The switch shall be labeled "LIGHT'. ITEM 11 IS SUPPLEMENTED WITH THE FOLLOWING: 11. No more than one wire shall be permitted per crimped terminal lug. All terminals shall be identified in conformance to the cabinet wiring diagram. All equipment input and output functions shall be terminated on terminal blocks for easy access. The cabinet shall contain a spare door indicator switch (normally closed contacts) which will be wired to a terminal block for future use. ITEM 14 IS ADDED TO THIS SECTION TO READ AS FOLLOWS: 14. Emergency preemption equipment shall be 3MTm 700 series. The lead in cable, from the optical detectors to the controller cabinet shall be 3MTm Type 138 cable. >� Central Storm Water Forcemain Phase II/Inouye 9 - 10 June 6, 2012 Project Number 10-3009C ITEM 15 IS ADDED TO THIS SECTION TO READ AS FOLLOWS: 15. The cabinet shall have a 15 ampere GFI-protected double outlet receptacle mounted on the right side, between the upper and lower equipment shelves, This same GFI will provide protection to 1 outlet receptacles mounted on the Auxiliary Panel. SECTION 9-29.13(7)D IS REVISED AS FOLLOWS: 9-29.13(7)D NEMA Controller Cabinets ITEM 1 IS REPLACED WITH THE FOLLOWING: 1. Cabinets shall be constructed of aluminum. Cabinets shall be finished inside with an approved finish coat of exterior white enamel. The inside of the main cabinet door does NOT have to be coated. The outside of the aluminum cabinet shall be unfinished. ITEM 3 IS SUPPLEMENTED WITH THE FOLLOWING: 3. The controller cabinet shall be a 44-inch wide Type P-1 aluminum cabinet. I Central Storm Water Forcemain Phase II/Inouye 9 - 11 June 6, 2012 Project Number 10-3009C i KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. WATER 3-22 Typical Pipe Trench SEWER 4-1 Manhole Type I 48" and 54" 4-3 Standard Manhole Frame and Locking Cover 4-5 Manhole Grade Ring, Safety Steps & Ladder 4-7 6" Cleanout 4-9 Residential Side Sewer Connection STREET 6-33 Cement Concrete Curbs 6-35 Expansion and Contraction Joints 6-44 Industrial Cement Concrete Driveway Approach 6-67 Rigid Pavement Patching Transverse Cut 6-72 Standard Monument, Monument Case and Cover 6-74 Typical Thermoplastic Lane Markings 6-75 Thermoplastic Crosswalk Markings 6-82 Sign Installation 6-93 Standard Junction Box Types 1 & 2 (2 sheets) ' 6-94 Heavy Duty Junction Box Types 4, 5 & 6 (2 sheets) 6-98 Induction Loop Details I6-99 Induction Loop Installation Notes Central Storm Water Forcemain Phase II/Inouye A - 1 June 6, 2012 Project Number 10-3009C PAVEMENT RESTORATION PER STANDARD PLANS 6-64 THRU 6-68 SAWCUT(TYP.) EXIST. PAVEMENT SURFACE SURFACE RESTORATION AS SPECIFIED ON APPROVED PLANS . v a• i "GRAVEL BORROW"PER WSDOT STD. SPEC. 9-03 14 OR SUITABLE EXCAVATED MATERIAL COMPACT TO 90%OF MAX. SEE STANDARD PLAN 6-64 TO DENSITY STANDARD PLAN 6-68 FOR TRENCH RESTORATION UNDER PAVEMENTS. i12"MIN BENCH AS NEEDED FOR "BEDDING MATERIAL FOR RIGID PIPE"PER WSDOT STD I SHORING OR TRENCH BOX SPEC 9-03.15 OR SUITABLE EXCAVATED MATERIAL. (TYP)WHEN DEPTH IS 4 FT. AND GREATER PIPE 4"MIN. SEE NOTE UNPAVED AREAS PAVED AREAS NOTE: MAXIMUM WIDTH OF TRENCH AT TOP OF PIPE *30"FOR PIPE UP TO AND INCLUDING 12"NOMINAL DIAMETER. *0 D PLUS 11" FOR PIPE LARGER THAN 11"NOMINAL DIAMETER NOTE THIS PLAN I5 NOT A LEGAL ENGINEERING DOCUMENT BUT I SQSEP AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE y� of WASH/ c,l ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST O F+ z CITY OF KENT ENGINEERING DEPARTMENT y .off ,��z,+aEo ��� KE�NT TYPICAL PIPE TRENCH DESIGNED DM SCALE NO I P ONAL E DRAWNNE STPNDARPLAN CHECKED DATE Z-22 vmm J LL APPROVED fMANHOLE FRAME AND LOCKING COVER(SEE STANDARD PLAN 4-3 OR 4-4) — ADJUSTMENT GRADE RINGS(SEE STANDARD PLAN 4-5)(LEVELING BRICKS MAY BE USED ON TOP RING) X z 3/8"GROUT,INSIDE,OUTSIDE AND IN BETWEEN GRADE RINGS N a 24" HANDHOLD(TYP.)-(SEE STANDARD PLAN 4-5) * FOR SEPARATE PRECAST CONE(ECCENTRIC UNLESS OTHERWISE SPECIFIED) CAST IN PLACE a ONLY DROP RUNG SAFETY STEPS(SEE STANDARD PLAN 4-5) PRECAST RISER SECTIONS GROUT SECTION JOINTS AND PICKHOLES(TYP) 48"OR 54" LADDER(SEE STANDARD PLAN 4-5) H SLOPE=2%(TYP.) w N CONSTRUCT IN FIELD CHANNEL&SHELF TO THE CROWN OF I x THE PIPE REINFORCING STEEL(FOR PRECAST BASE WITH INTEGRAL RISER)0 15 SQ. * MORTA IN/FT IN EACH DIRECTION FOR 48" DIA 0.19 SQ.IN./FT.IN EACH FILLET DIRECTION FOR 54"DIA n . 48"0-6" PRECAST BASE W/INTEGRAL RISER 54"0-8" a; GRAVEL BACKFILL FOR PIPE BEDDING,6"MIN.COMPACTED e " DEPTH. FOR PRECAST BASES ONLY *6" 0" SEPARATE CAST IN PLACE OR REINFORCING STEEL(FOR SEPARATE BASE ONLY)0 23 SQ.IN/FT IN EACH DIRECTION FOR 48" DIA SEPARATE PRECAST BASE 0.19 SQ IN,/FT. IN EACH DIRECTION FOR 54"DIA. "0"RING DESIGN ASSUMPTIONS HEIGHT 8'TO 12';SOIL BEARING VALUE EQUALS 3300#/FT. (MIN.)HEIGHT. OVER 12'TO 25';SOIL BEARING VALUE EQUALS 3800#/FT. (MIN) PRECAST BASE JOINT NOTES. 1 MANHOLES TO BE CONSTRUCTED IN ACCORDANCE W/AASHTO M-199& 5. ALL BASE REINFORCING STEEL SHALL HAVE A MIN.YIELD STRENGTH (ASTM C 478)UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE OF 60,000 PSI&BE PLACED IN THE UPPER HALF OF THE BASE WITH WSDOT STD SPECS I"MIN.CLEARANCE 2. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS. 6. ALL SANITARY SEWER MANHOLES SHALL BE VACUUM TESTED, KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM 7. MORTAR 3/6"LINING OUTSIDE, INSIDE,AND IN BETWEEN THE 3 KNOCKOUT OR CUTOUT HOLE SIZE IS EQUAL TO PIPE OUTER DIAMETER ADJUSTMENT SECTION TO FORM A SMOOTH WATERTIGHT FINISH. PLUS MANHOLE WALL THICKNESS MAX HOLE SIZE IS 36"FOR 48" MANHOLE,42"FOR 54"MANHOLE MIN DISTANCE BETWEEN HOLES IS B". 8. GROUT ALL MANHOLE SECTION JOINTS AND PICKHOLES OUTSIDE AND INSIDE TO A SMOOTH FINISH. 4 MANHOLE RINGS&COVERS SHALL BE IN ACCORDANCE WITH WSDOT NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT STANDARD SPECIFICATIONS&MEET BUT AN ELECTRONIC DUPLICATE THE ORIGINAL, SIGNED BY THE STRENGTH REQUIREMENTS OF THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FEDERAL SPECIFICATION RR-F-621D. SOSEPhr FILE ATTHE CITY OF KENT. A COPY MAY BE OBTAINED UPON MATING SURFACES SHALL BE FINISHED �� of WAsyti L REQUEST TO ASSURE NON-ROCKING FIT WITH CITY OF K��,a, ANY COVER POSITION v FJ Z ENGINEERING DEPARTMENT `� KENT MANHOLE o p 21493 a Q, w.." "..." TYPE 1 48" & 54" P [3 lGISTERN DESIGNED\\�c,� o�Fs�aNAl BB DMW SCALE NO STANDARD PAN DRAWN C`v CHECKED DATE ___ __ I 4-1 oaam Y APPROVED t DRILL&TAP: 5/8"41 UNC - 1B (3 @ 120°ON A 22-1/8" BOLT CIRCLE) 2"RAISED LETTERS B 2" O RAISED LOGO/LETTERS 00 'F k� m FOR5/8"-11UNC-1B S.S. � V 0 1/2"HEX, HE CAP SCREWS o (3 REQUIRED) S F W E 1"PICKHOLE(3 @ 120°) I 2"RAISED LETTERS"DRAIN"FOR STORM SEWER B A "SEWER"FOR SANITARY SEWER 1"HANDLING HOLE(3 26-1/2" PLCS) 25" 1 25-1/4" 1-1/2" 2-3/16" ' m 1-3/16" 5/8" 27-5/16" 3/8» 34-1/8" NOTES: SECTION A-A SECTION B-B 1 MATERIAL USED SHALL BE CAST GRAY IRON OR DI ASTM A536 CL80-55-0 FOR RINGS AND DI FOR COVER 2 SEAT OF COVER&FRAME MACHINED WITH A NON-ROCKING FIT FOR MANHOLE COVERS. ' 3. MANHOLE COVERS SHALL BE WATERTIGHT AT THE EDGES. 4 ROUND ALL SHARP CORNERS WHERE POSSIBLE. 5. CASTING TO BE SHOT BLASTED AND FREE FROM SURFACE SAND AND SCALE 6, CASTING TO BE SMOOTH,TRUE TO PATTERN, FREE FROM BLOWHOLES, POROSITY,HARD SPOTS,SHRINK HOLES,WARP,OR ANY OTHER DEFECTS WHICH 1 COULD IMPAIR SERVICEABILITY. 7. ALL INSTALLATIONS SHALL BE WATERTIGHT NOTE, THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY B COVERS LOCATED IN SIDEWALK SHALL t� THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON UTILIZE AN ALTERNATE NON-SKID �� S()SE�<Z � FILEREQUESTATHE CITY OF KENT A COPY MAY BE OBTAINED UPON PATTERN SEE WSDOT STD PLAN B-30.70-OD, co O CITY 1 KEI 9 OLYMPIC FOUNDRY PART N0. �-+ � � z �j ENGINEERING DEPARTMENT 11-2945SET AND EAST JORDAN PRODUCT NO'S 00370760 AND C �] V KEN. . STANDARD MANHOLE 00371512 ARE THE PRE-APPROVED -o �, 21493 p � w..",»,.,. FRAME AND LOCKING COVER PRODUCTS,ALL OTHERS REQUIRE �pOk Pg/STERN k� WRITTEN APPROVAL OF THE ENGINEER F � oR6AwHED wW SCALE NONE STANDARD PUN PRIOR TO INSTALLATION. 0 AL FN;\ CHECKED DATE ¢_3 n«x m APPROVED I I 1"RADIUS 3" 12"MIN. --y 12"MIN. 3 1/2" 3" 6 1!2" MIN T 121 ! O f DROP RUNG t HANDHOLD MANHOLE STEP E L 12'MIN I1 3/4'MIN. CENTER TO CENTER 6" I 9 I~ 6„ MIN. O—l' MANHOLE STEP GALVANIZED DROP RUNG MANHOLE STEP AND PREFABRICATED LADDER 6 12" M 6"FOR STEP N. 3"FOR HANDHOLD 9 1/8"FOR STEP 6 1/8"FOR HANDHOLD POLYPROPYLENE DROP RUNG MANHOLE STEP AND PREFABRICATED LADDER NOTES' 1 MANHOLE STEPS CONFORMING TO SECTION R,ASTM C-478 AASHTO M-199 REQUIREMENTS AND REQUIREMENTS OF ASTM D-4101 FOR POLYPROPYLENE AND 5" 24" 5" ASTM A-615 FOR 1/2"GRADE 60 DEFORMED REINFORCING BAR FOR POLYPROPYLENE STEPS,AND ALL WISHA AND OSHA SPECIFICATIONS,ARE ACCEPTABLE PROVIDED THEY ARE PRE-APPROVED BY THE DIRECTOR OF PUBLIC WORKS 2. DROP RUNG STEPS ARE TO BE#8 GALVANIZED DEFORMED REBAR. # 1"CLEARANCE 4 t3HR 3. PREFABRICATED LADDERS ARE TO BE#7 GALVANIZED SMOOTH STEEL 4 MANHOLE PREFABRICATED LADDER STEPS SHALL BE PARALLEL OR APPROXIMATELY GRADE RING RADIAL AT THE OPTION OF THE MANUFACTURER,EXCEPT THAT ALL STEPS IN ANY MANHOLE SHALL BE THE SAME 5OPENETRATION OF OUTER WALL 8Y A NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT STEP LADDER OR LADDER LEG IS BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON PROHIBITED.USE FLANGED END FOR OSEPI7T FILE AT THE CITY OF KENT A COPY MAYBE OBTAINED UPON BOLTING TO WALL IN STORM DRAINAGE APPLICATIONS. 5� pF WAsy� �� REQUEST O6 EMBED FOOT LADDER IN CONCRETE P� 1� cZ - C NGINNEEERINNG EPAOF ARRTMENNTT IN POURED AND/OR CHANNELED � � FLOOR. r MANHOLE GRADE RING, 7. MANHOLE STEPS OR LADDERS ARE NOT -10 p� PP 21S PER&O � w"'"'"" "" SAFETY STEPS & LADDER ' REQUIRED WHEN THE COVER TO DMW F �� DESIGNED S�pyE NONE STANDARD PLAN DRA BOTTOM OF MANHOLE IS LESS THAN 4'. `TONAL �aG CHECKED Re DATr 4-5 APPROVED I lsx 10" ° ° ° ° CEMENT CONC. °112" CLASS 3000 d v e 2'-0" ° 3/4"SQUARES SPACED 3/4"AS SEWER-CO INDICATED-HT. 1/8" 10" 1 ° ° d 7 1^ 1/8" RAISE- 1/2" WIDE BORDER 9" 2W° 2% > ° v ° A s c a 2 f 1 10" ° ° 9 7 3/4" 7 3/4" 8 3/4" 20 8"PVC PIPE 6"PVC ry (FOR SLEEVE) THREADED FIBER JOINT PACKING PLUG (OPTIONAL) 7" 1 7 3/4" 8 7/8" o ' w 15" 6"-450 ELL (BELL x SPIGOT) CAST IRON RING&COVER 'o z CLEANOUT RING&COVER \ w V 6"WYE- WATER TIGHT PLUG 6"SIDE SEWER SEE STANDARD PLAN 4-B a SLOPE z z o NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT z ¢ BUT AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY w w u THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON m o �OSE FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON of WASH � REQUEST NOTES. O �P cZ C) C NOrGl EERIN OF DEPAARTAENTT 1 CAST IRON TO CONFORM TO AST M H A48-56 CLASS 30. KENT 6" CLEANOUT A ,P 21493 O wuxuerox ' 2. COVER SHALL BE OLYMPIC FOUNDRY M �O F�lSTER� F� DESIGNED DMW 1007 OR EQUIVALENT MARKED �, `NG� DRAWN RR SCALE NONE STANDARD PUN "SEWER-CO"OR"CO" CHECKED DATE ANAL ` 4-7 eac� APPROVED I rn HO E � FRONT OF HOUSE TO P/L SIDE OF HOUSE 0 3 2 n A o 0 rn 11 4 0 0 (D 12 vC O� N rn c m 5 In m xD, __4 7 6 PROPERTY LINE 8 1 NOTES; lO, 450-900 BEND 2O CONNECTION TO BUILDING SEWER SIDE SEWER PIPE 1. 4"(MIN.SIZE)SEWER PIPE REQ'D.ON PROPERTY. 3O. RUBBER COUPLING REQUIRED TO PIPE AT HOUSE 2. 2%MIN.GRADE(1/4"FALL PER FT)FOR 4"PIPE 100%MAX.GRADE(12"PER FT). O4 3'MIN, 5'MAX.DISTANCE FROM 3. JOINTS MUST BE MADE WITH RUBBER TYPE GASKET HOUSE APPROVED BY THE ENGINEER. SO 24" MIN.COVER 4. CONSTRUCTION ON PRIVATE PROPERTY MAY BE DONE BY 6O 4"DIA.SIDE SEWER TO HOUSE OWNER BUT REQUIRES A PERMIT. 7O 6"X 4"REDUCER 8OCLEANOUT(SEE STANDARD PLANS 4-7 NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT &4-8) BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON �9 6" DIA.SIDE SEWER STUB TO S(o)wEsP l9 FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON PROPERTY LINE(SEE STANDARD PLAN 4 B) CZ C NGINNE OF EERIN DEPARTMENTAR T 10, 100'MAX.DISTANCE BETWEEN � =' CLEAN-OUT AND 400'MAX. DISTANCE �� RESIDENTIAL SIDE BETWEEN MANHOLES. KENT 21493 SEWER CONNECTION A q O � ww xix"r li BEND,WYE AND CLEANOUT P� FGISTER� DESIGNED DAW F G\ BB SCALE NONE STANDARD PUN DRAWN, �NAL EN 12 CLEANOUT BELOW GRADE I'MAX. CHECKED DATE 4-9 APPROVED i ' 12" 6" 9" 10" _ 2 1/2" 5" 2 1/2" ' 1"R 1/2"R w e Z io d°• g f •� 1"R u ce e • �i P ~ 1 2"R ° e iv a e i , w � ° e • e O ' a • A w ZD $ U e ° a = a a COMBINED CURB AND GUTTER CONCRETE EXTRUDED CURB EXPANSION JOINT I 7 10" 2" 3 1/2" 1D/°MIN 2%MAX. NOTES: 1%MIN - 2% MAX `v I ° ,' 1. CONCRETE CLASS 3000IS REQUIRED. ——_ 2. ROLLED CURB MAY ONLY BE USED WITHIN A e CUL-DE-SAC, N Ve ° 5"SIDEWALK ;° n " a 3. IN ROADWAY SECTIONS WITH SUPER ELEVATION, -4 THE GUTTER PAN WILL MATCH THE ADJACENT �'-�12" ♦� PAVEMENT SLOPE. 0 4. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. ROLLED CURB COMBINED CEMENT CONCRETE CURB AND GUTTER NOTE: -- - - - FACE OF CURB SHALL NOT EXTEND TgOFq BEYOND THE FACE OF GUARDRAIL TOWARD THE TRAFFIC LANE 8" s p„ VARIES /� / � R OF �TgfN CEMENT CONCRETE coNCRFrFO6F PAVEMENT ROLLED CURB F� ' GR6 EXTRUDED CONCRETE TRANSITION CURB UNDER GUARDRAIL joSEP17 NOTE'THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT �� of WASy� AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT mP Id i THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST CITY OF KENT J ENGINEERING DEPARTMENT APO �F 21493 ��� KENT CEMENT CONCRETE CURBS ' ANAL E� DRAWN RR SCALE NONE STANDARD PLAN CHECKED 6-33 dam APPROVED 15'MAX. ' S' 51 BROOMED FINISH EXPANSION JOINT Sf�F� �q EXPANSION JOINT CONTRACTION JOINT(TYP.) EXPANSION ` 'fPgp (TYP,)SEE DETAIL"A" SEE DETAIL"B" JOINT � CURB& GUTTER 15' 1 " 4" 2" 3/8"x FULL DEPTH 2" CONTRACTI �JOINT S'O.C. EXPANSION JOINT, (SEE NOTE 2 ) 15'O.C.(MATERIAL SEE NOTE(D) DETAIL"A" DETAIL"B" EXPANSION JOINT CONCTRACTION JOINT 1%(MIN.) 4"CONCRETE PER WSDOT 2MA STD.SPECIFICATION 8-14 3/8"x FULL DEPTH EXPANSION MATERIAL(SEE NOTED VEWAY SIDEWALK 2"CRUSHED SURFACING TOP COURSE 3/8"x FULL DEPTH EXPANSION 4" MATERIAL(SEE NOTE O1 ) _ CURB,GUTTER&SIDEWALK 7}— CROSS SECTION 4"MIN. J 6"CEMENT CONCRETE DRIVEWAY APRON AND 2 NOTES: GUTTER FOR RESIDENTIAL DRIVEWAYS 1. EXPANSION JOINT MATERIAL TO BE 3/8"x FULL DEPTH AND SHALL BE PLACED AT 15' 8"REINFORCED CEMENT CONCRETE APRON AND 0 C SPACING ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE WITH GUTTER FOR COMMERCIAL DRIVEWAYS WSDOT STD SPECIFICATION SECTION 9-04 1(4) AN ALTERNATE OF PLASTIC BOND BREAKER MATERIAL WILL BE ALLOWED DRIVEWAY CROSS SECTION 2 CONTRACTION JOINT SHALL BE 1/4" WIDE BY 2"DEEP AT 5'SPACING 3. EXPANSION JOINTS SHALL BE INSTALLED oSEP IN CURB&GUTTER AND SIDEWALK AT S 17 NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT P C.&P T AT ALL CURB RETURNS AND �y� Of WASHI AN ELECTRONIC DUPLICATE THE ORIGINAL, SIGNED BY THE ALL ANGLE POINTS ti tiw c� N O ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O N i 0 THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST 4 FORM&SUB-GRADE INSPECTION y y CITY OF KENT REQUIRED BEFORE POURING CONCRETE. ENGINEERING DEPARTMENT 5. EXPANSION JOINTS 1N SIDEWALKS AND APO �FG 1493 Te EXPANSION AND CURBS SHALL BE ALIGNED WITH EACH C� \� w."• ""+.. CONTRACTION JOINTS OTHER AND NOT OFFSET, s`�0 AL ENG DRAWNED�9 L_._ Sreic NONE STANDARD PLAN 6 DESIGN SIDEWALK CROSS GRADE SHALL DRAWN ae CHECKED DATE C—35 BE 1 5%, uaame V APPROVED ' M �I. P�� �2SCopF S�O���lOgt, spFCFFargpp 6��Pl g 6 oN <4NSF7fyr FO pFQ °Rr q 04 lrMrT�D°FTy�rT9pF � < �rGn�,rN FpRB" °TH�MgTFRr tol xpgNS \ kph I�FsrG�(gDrc/s Tyrck° M�Toysr TOM sFF4oT(>)poN ,OrNT(� r ysYOpFyrC/F RJLF OF�9 gTC,y F� 6 p)O i ��y�/RFeAR�A�FN�H �ry'0l ' GTt'PFti 1/2"TYP. Pc rScfTlp°� 2-#4 BARS SEE STANDARD �FS�OCT°BS�FyTS ' 4"CLEAR(TYP. PLAN 6-48 FOR °IGc�LFO r9� TP to/o MIN. DRIVEWAY SLOPES S Fy 9Aj��P FFT 2%MAX — fc�Fsys�'�sf�Fstc r s � TGR�t G�ryF 2°S 6" 1"CLEAR(TYP.) CRUSHED SURFACING TOP ' EXPANSION JOINT WITH COURSE(4"MIN,DEPTH) Y8"EXPANSION MATERIAL #4 BARS AT 12"EACH WAY SECTION A-A NOTES. lO EXPANSION JOINTS SHALL BE PLACED 5 DESIGN SIDEWALK CROSS GRADE SHALL BE 1 S%. AT 15'MAXIMUM SPACING ELASTOMETRIC JOINT MATERIAL SHALL ©DRIVEWAYS SHALL BE PAVED FROM THE BACK OF THE BE IN CONFORMANCE TO SECTION SIDEWALK TO THE GARAGE OR 40'BEHIND THE ' 9-04 1(4)OF THE WSDOT STANDARD RIGHT-OF-WAY LINE,WHICHEVER IS LESS SPECIFICATIONS 2 SEE STANDARD PLAN 6-48 DRIVEWAY �OSEPI� NOTE'THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT ' SLOPES �� of WASiy �p AN ELECTRONIC DUPLICATE THE ORIGINAL, SIGNED BY THE 3 THE DRIVEWAY APPROACH WIDTH, Nc O ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O tiP z THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST AND THE DRIVEWAY WIDTH ARE DETERMINED BY APPROVED 3 CITY ARTM NT VEHICULAR MANEUVERING DIAGRAMS. �' CrJ ENGINEERING NO DEPARTMENT SEE SECTION 6.6.Q. -0 21493 �o �F6ISTER�� `� KENT INDUSTRIAL CEMENT CONCRETE ®ALL DRIVEWAYS ARE TO BE DRIVEWAY APPROACH SYMMETRICAL. ANAL E - DNED OWN SGLE NONE STANDARD PLAN DRAWN BB CNEDRED DATE 6-44 APPROVED o fi K Z p Q OZ Z t] vN 0 Y1 w Z O r Q � ce c o Q O w Z Q W W W X 117 W o C O W U m t/5 F Q ¢i o Y w M�v l 7 o C r U aF`OwU 7 w Q w OO Olnw O U v g op Nrn aw W w Qw0 V U � 'W i m O aLn � >> i; pm O o O w Q w a p ¢Zo w w Q 0 w m W v UO r p 0 w O N a � lid utwp VI- m W wwo U' Z 0w W � � Nz < Q0awV z < w � F � a zw JG O Z Q J x S W W Q S O G O W///,.,�\� Q W = F- � � f] ~ IJi Ei Wiz~ U d � �,' '/ = UZ WwU Q� � F, 3wwwce u o � zz 3 � 2 � 4 ° wa � zo }U� to w0 E IUI-++ QO pdaww �o�--II �W Q o Q ooin ry W m U J w r w Y O Qy W r U ¢ Q w� In p d Q D — U U Q F' J 6z J U K F u V1 J m J F- = W w Z= oWC ¢ 0 mm > w H3 w = m � �' UO >W ' z v=7 W wU w ^ oxv w 2' in Z [j[0 � M_ o Jo, � p mp ray^ cnauo � o: pW v I— V UM wo zao ~ _ o~ w Jx WYr if=t 1s1 1� IU 0 >U cc. w w � � pw 2 0 - >> lu- � � Qo aa a� u SpQ W u a Z Z U J oWZ = a = Z J Ln i0 Q � ! U w2' Q - O II�� QJ d 0 O O a Q w QU Q V Q Q Q Q - OK � z%II m a I= a II w C Q �IC ; Z w W O —II .Q-r I ~ z cJ J o Vl Y � K > vwi r v V U Z U i� < Q E VI Z w ' y w u F=- g YwO r Q � w u W � F- .• I- a >O x Ow w I — �J ZQ � � I -I HII"Y�� V ¢ PO C zzo' D OU Q w E Eld — v ° _ V v w fD o Z � J a a a w w a a D ° ° W Z J W W W W U 0 w U w a w 0 > a oI- Z a of O 7 J p 7 U w o o w w on w z w 0¢ w w O Q U IoSEPl7 NOTE*THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT 1� F WASy AN ELECTRONIC DUPLICATE THE ORIGINAL, SIGNED BY THE ,A Q� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT wP i THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST r-I J I-3 CITY OF KENT (17 ENGINEERING DEPARTMENT 493 Ado RF JSTOR ]BEN-r RIGID PAVEMENT PATCHING F`�ONAL E� TRANSVERSE CUT DESIGN(D DWH SEjJ-E NONE STANDARD PLAN DRAWN BB CHECKED DATE APPROVED gym+ V V ' 2"BRASS DISC PLAN OF COVER FINISHED GRADE (PAVEMENT) 10 1/2"DIA. (BOTH SIDES) a M 9 1/4"DIA COVER — 3/8" 11/2" IA M N �� ~ 1/2" MONUMENT DETAIL B"DIA a . • •, ° �1"MIN.OR 6"MAX, d a iV d � d d- • CONCRETE CLASS 3000 BASE 10"R. 7 6" NOTES: r ' MONUMENT 1 MONUMENT,MONUMENT CASE AND SECTION COVER-OLYMPIC FOUNDRY WSOOT 8"x 9",PART NO. 1015 OR PRE-APPORVED EQUAL 2. MONUMENT POST-JFQG-TITE MONUMENT POST,OR PRE-APPROVED EQUAL, CaSEPz S jZ NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT F 3. THE CASTINGS SHALL BE GRAY-IRON WAS& AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE 0 4 C1 ti� � c� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CASTINGS,ASTM DESIGNATION A-48, c O ti0 THE CITY Of KENT A COPY MAY BE 08TAINED UPON REQUEST CLASS 40 THE COVER AND SEAT SHALL BE MACHINED SOHAVE PERFECT . y -3 CITY KENT CONTACT AROUND THE THEE ENTIRE ENGINEERING DEPARTMENT CIRCUMFERENCE BEARING SURFACE ND FULL WIDTH OF A�O� RF 21493 GfsTle ��Q STANDARD MONUMENT, KENT MONUMENT CASE AND COVER ' 4 WHEN THE MONUMENT, MONUMENT CASE TONAL AND COVER ARE PLACED IN CEMENT DRA DWN STANDARD Pun NONE DRAWN ea SCALE CONCRETE PAVEMENT THE CONCRETE cNEcxm onTE - BASE WILL NOT BE NECESSARY, nPPRWED 6-72 1 ' 9' 1 36' 42' TRAFFIC DIRECTION 1 1 ❑ 0 C� o o ❑ o ' VARIES (300'MAX.) �4"GAP 5'2.5' �- TWO WAY LEFT TURN LANEf— o ❑ ❑ o ❑ o TRAFFIC DIRECTION 4"YELLOW PLASTIC LINE TYPE 2YY RPM TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 21, E P 1' ❑ ❑ 1 r 8"WHITE PLASTIC LINE q\o ❑ o4"GAP 8C `TYPE 2YY RPM 4" TYPE 2W RPM YELLOW PLASTIC LINE TRAFFIC DIRECTION TRAFFIC FFIC DIRECTION �— DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION 12' 30' TRAFFIC DIRECTION 1 ❑ 4 0 1 1�30' L TYPE 2Y RPM ❑ �0 4"YELLOW PLASTIC LINE TRAFFIC DIRECTION ' TYPE 2W RPM 74-WHITE PLASTIC LINE SKIP CENTER LINE TRAFFIC DIRECTION LANE LINE 6' B 1' aaoeo TYPE 2W RPM LB"WHITE PLASTIC LINE DOTTED WIDE LINE4"WHITE OR YELLOW PLASTIC LINE EDGE LINE TRAFFIC DIRECTION 21'(TYP) 18"YELLOW PLASTIC BARRIER LINE ❑r 1 ❑ �❑ ❑ ❑ ❑ ❑ ❑ o ❑ ❑ L 31 9, 18"-TYPE 2Y RPM'S EQUALLY SPACED joSEPk TRAFFIC DIRECTION WASH �� BARRIER LINE O CITY OF ICENT 8"WHITE PLASTIC LINE v Z ENOINEERINO DEPARTMENT TYPE 2W RPM TYPICAL THERMOPLASTIC a DROP LANE LINE - ,P 214®3 O � KENT LANE MARKINGS FGfSTDESIGNERN F AI�L DRAWN 5� SGLE NONE o STANDARD PLAN N CHECKED DATE D2-200T O L+��� APPROVED �" � i r } a o WHITE THERMOPLASTIC ASE UALLY 0 CROSSWALK BAR ACED z z cv u 240 I I I gl I I I of I > , I F- I I I I ' o f I I I of I I IB, zt 0I I I I r ; F I , 4(TYP) I I I 1 I I I I i ff I ii Il ail I i III I 1'STOP BAR TIRE TRACKS(TYP) *TYPICAL 4 LANE ROADWAY CONFIGURATION *NOTES: ' 1. FOR ROADWAYS WITH MORE OR LESS LANES,THE SAME CONFIGURATION APPLIES, CENTER THERMOPLASTIC BARS ON THE LANE LINES,AND IN THE CENTER OF THE TRAVELED PORTION OF THE LANE TO MINIMIZE TIRE WEAR ON THE THERMOPLASTIC 2 THE CENTERLINE OF THE CROSSWALK SHALL GO FROM THE CENTERLINE OF THE CURB RAMP ON ONE SIDE OF THE STREET TO THE CENTERLINE OF THE CURB RAMP ON THE OTHER SIDE OF THE STREET UNLESS OTHERWISE SHOWN ON THE PLANS. 3. GLASS BEADS(PER WSDOT STANDARD SPECS SECTION 9-34)SHALL BE ADDED TO ALL iTHERMOPLASTIC CROSSWALKS AND STOP BARS. 1 OSEPk NOTE,THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT ' S F WASp AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT NP i THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST y CITY OF KENT ENGINEERING DEPARTMENT 21403 THERMOPLASTIC CROSSWALK MARKINGS SVONAL E� DESIGNED DWN SCME NOW PLAN DRAWN Be CHECKED DATE 6_7G V J APPROVED � W Elf J Q N � � 1 > W = n Q Z �Q O Q = (.7 aw W in F W W w O O Z m Z j n > R W c(n W O w y C1 _ \ J O p � � too 0 _ L9 p z00 C l Q Q m z 0 Q _ O mQ K 0 io N m io �n Z oc �v1 �mQ m U v � 2 1 !�J � M J (D (n O 00 J N � a Jz � � V) W O > m p u) O O 2 W W — Q E p U O In ate. O O O co m O{� 2 Z F- O K H O LL W 2: O Q W N = Q Qz zU 1 X0 mw w �zJ Ul W W > m 2 W J NJ � Q ~ � O p � l=i to O W vK U ZQ O m � v7 U !n Q o ui Z Q Q .- o W Q OElf Q tri oC < O O o O p Ln � N y z4W/ ZWt=n � Q �Q Z Z 0� \ O 0 O O O O � zW� uO y � � d < 0 W d d m Q d Q a w �= O C) p _d Z F-- m O o o o 0 0 o o .o • o 0 0 0 0 0 0 / uWJ n D W0 g = z J J Q 7 1 d / f11 W U (n p Q W o J O o W W In = W p O N p. O'er F- Op � p � J w w � OJ \ nbZ F- a¢ F— N � = Lq2 W W N p m Q J J W W J d J V) W C d Q N Q Z F_ co >a0 a' V lna Qp a'cV 41 2 D zO �� iL0 dpcn in d O W ui < Q O E ... ni M v m ® SOSEPjj NOTE*THIS PLAN IS NO A LEGAL ENGINEERING DOCUMENT BUT y� of WAS �� AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT sL� z 0 THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST ' y CITY KENT � (7f ENGINEERING NO DEPARTMENT -O ,P 21493 Q Cl1I �o FGISTER� 4� KENT SIGN INSTALLATION G� WAYMIYO�OY F ONAL \ DESIGNED DWFi S(N.E NONE STANDARD PUN DRAWN ee CHECKED DATE ___ 6-82 APPROVED �� ❑r W z J w w¢J po. � O� on o � �❑ _ �zo ��mo ¢� Q� �F¢ m7 0 QO,m O_ �z�0 <1z-� Z W r J 2 Q¢ ❑I'i W ¢tn ¢ O~O-2] '2: zw OX W QLL H0 iD IS- W Y JI-Z❑W UI�Z❑F aF=- }} cxT}0 X� £_£ W~ �� �Z Uz �ZQ❑ Vl< J p "y l" 2'V' Z m❑W ❑Z m �UpdO J��W �` W Z000 14 F d 09 JM mM �¢ 1'� N2i K m 'Rpa'Z OW VYl �UF M<+\1 :c -A ¢ ip ~ ¢� ^OOP V m�W WQN W Z�o io Vo�IsOU-r xmZzg�cn Z>K¢ I�NJ 2= O1V7 OS V0 w0¢pnVwm o Vi ZO mw mzZ �O MM m �U ❑0 W z m dOO ❑ --. n W mLL J ¢e o W u V1 W ASS r ZSSd lnU(n� J3� n wl JO S¢ a 0 '"O¢ Om r O�d'=mo� Ty�O Jrz ce ra -- rn r3 ¢ UCO0.-, o- -a i,.. a¢., x W.ti c� � ax 3 0 ce Z" = Q in w U ❑ w O ❑a wp0�¢ p 7 � �7 - WN w mO W: V:��T�I ww��o 3:� n.Y ❑ O I �K�..� UO 2' 2 Z N Q 2 O O :o y 02 a Q a XVW„B E F y ❑ NIW n9 11 0 o N V Z 00 N ❑ ❑ ❑ ❑ O ¢ ¢ U w m w CCa > l folio O I of of PfOfo u 'NIW,S ' ar ❑ O ¢ o F p w m y � a E o � N � --T ❑ ❑ Yi= Or O _Z ti O l L W O 7 9� 0 w W a p o �w „Zi �� o ¢ U SpSEP VY _ .. NOTE. THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT �� of WA.Sly L„9 AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �P Id i THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST 3 CITY OF KENT ENGINEERING DEPARTMENT 'O -1P T1�3 a STANDARD JUNCTION BOX FGISTER� `� KENT �o�F ONAL tNG\�� w. .,.a.o. TY SHEET I OF Z 2 DESIGNED DWH SCALE NONE STANDARD PLAN DRAWN BB CHECKED DATE - C��Z APPROVED — V J SYSTEM IDENTIFICATION DETAIL fl���TIP i L— fl"(TYP.) I Tsi INTELLIGENT TRANSPORTATION SYSTEM ' KENT COMM COMMUNICATION SYSTEM LT LIGHTING SYSTEM TS TRAFFIC SIGNAL SYSTEM TEL TELEPHONE SYSTEM ' SYSTEM ID DETAIL FOR SHEET 1 JUNCTION BOX DIMENSION TABLE < BOX TYPE a ITEM f TYPE 1 I TYPE 2 A OUTSIDE LENGTH OF JUNCTION BOX 22" 33" B OUTSIDE WIDTH OF JUNCTION BOX 17" 22 1 2" C INSIDE LENGTH OF JUNCTION BOX 18"-IT 29"-30" D INSIDE WIDTH OF JUNCTION BOX 13"-14" 18 1J2" 19 1 2" E LID LENGTH 17 5 8" 28 51811 F LID WIDTH 12 S 8" 18 1 8" CAPACITY-CONDUIT DIAMETER 6" 12" ' JUNCTION BOX TABLE FOR SHEET 1 NOTE.THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST. ' CITY OF KENT ENGINEERING DEPARTMENT STANDARD JUNCTION BOX KENT TYPES 1 & 2 WAYMMYTOY SHEET z of a DESIGNED DWH SCALE NONE STANDARD PLAN DRAWN BB CHECKED DAIS 6-93 APPROVED ' aw 0 Ism d pO C<(QH iJ' C� OZZO Q�uZ=� ��TOIn Q V1Z1 = O (D JQ m f^ ?KZ OzaI l Q J W OV OlL W J O W ��z J Q (n QFIL �I F-zv100 F-wdpJO U) ' _ a co, o H O Q w w w Q Z Z U U m p V • • = 0 aZa JJ W Z Z IS- m:D=jpYZ^¢O \(n l7EF K� QO QWriQ ¢mh-3- E-V K w••17a�¢ wz �u ��G >>a Z� Qo U�~+�G¢aa�nOm vl-m uu... O� wp WUF--U O =z F�-FW- Z�z�� w�ZQ }J¢7Qm�.-. F-Z =tn p¢irV > w�OHpZ �JoCpOz o w I'"'cn J~2¢ W W J Q Z Z Z Z r¢Z J Z z W Q S d m U O O O O J w=w 0 y S S Z W p H-O c� uuUc�QmmH- H-cnw3m.. ¢o v v O O O :y ti 4p44� � I �Y m b �oC 5 W Q W 2w N . < O r~ J W C) O S a m LL O KQ WWW¢�O 0 ZQ~2 ¢ mWU) =Z Zw w L9Ud > � iL oJ ��b aoQ � z W � mon17 = U a CD ze ITT 0` dW z0w p=Sz >z pwVs z ,� wo �¢ Loo 3 ¢o¢O zW J W� WOZ Q N u a F u VzaoQ zv oXX z ITT ww z iOn � ,0j6oz , H- ZU � U W V m m ce W Jd0¢ J.z+S O W W�¢0Zm2xO W z N� W OIZ Jp F- QQU E W w C F- <zIn Jm w Jnmuo- -<m Q(nm 2OO 2oN OO�� i z N O O IA O_J ' 03DVdS Al.3A3 "a Q SCHis S 'WW' O U) a Ow In j of 1W/1 In ¢ J O Z O p z cl oN o ru w z W m d Li m J W J m n �>Itz z W", V � om o D a W� m V p Q I--m > Oz M ¢ n z d Ja � J NIW �S r,w � ;o ' O Wo VL o J L 2: ~ M z 00 � ¢ n T F m = Z p w ' L9w o - OT 9 9 >D _z cn w� a o Y O Oz0 s B QSEP u ¢ S 17 NOTE'THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT of WAS�y�� �.q AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT wP z THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST ' - y CITY OF KENT [� C`zf ENGINEERINO DEPARTMENT oPo� �F S9ER�° ��� HEAVY DUTY JUNCTION F' INAL EN�\� w .NT BOX ��i ov z & 6 DESIGNED OWN SCALE NONE STANDARD PLAN DRAWN BB CHECKED ;TE - — 6-94 vw Nm MPROVED _ o� ay z J X Q^ Z�> Z DV Ox d a�0tl1 W V)In U Z Q (7 U M to to CD Z ooZ S w_ l7nw O d. w 0 zFr z�� Lu W n=Z rl x W W � Z > �O a zlT T Zzi ~ f M c d ^ F Z O W-O U a 0 a0 GI ~ U ' ONO M t 1 M g V ' O ^ Q XZ NO w2 = w 2 WJ W� M vN� WC\,I_ MM F7 O]M� QQ 22r ry W O Y < X w U w\ W W w v7 W O W w o d x in ��S/T Jo z z O w a = M W W z } W Q (A X of Q O g ' X .1 r\i mow M -opt ¢� z Q z O Q a z w U) S()SEP17 NOTE,THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT WAS,,?/ AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O �P i THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST M ~ J y CITY OF KENT ENOINEERING DEPARTMENT 2193 APB RF4 ��Q �c� HEAVY DUTY JUNCTION } o o F N KENT eox TYs z of z & s ' ¢ Z ON AL E w w w DESIGNEDDWH SCN.E NONE STANDM U D PLAN o U) DRAWN BB CHECKED DATE 6—9 I NdNL JY APPROVED STOP BAR WEARING COURSE(TYPICAL FOR SECTIONS A,B&C) CENTER OF LANE A a V; 4 LOOP SERIES M v A #12 TWISTED PAIR NUMBER A 3 TWISTS/FOOT y c� B TO CONTROLLER TO ADDITIONAL LOOPS B 2C(S) 0.25"MINIMUM WIDTH SAWCUT ' WHERE APPLICABLE C SECTION A-A / o A o I*AF *AS ' A L LOOP SPLICE 7, LOOP SERIES (TYPICAL) U NUMBER B > s M s d 0 t o *BE ' S _ F B o TO ADDITIONAL B C LOOPS WHERE APPLICABLE C1 D 50' MINIMUM WIDTH SAWCUT )UNCTION BOX SECTION B-B S=START F=FINISH ' *=LOOP NUMBER CONDUIT STUBOUT, SEE STANDARD ^ r . PLAN ST-93 a' STOP BAR LOOP WINDING DETAIL 0.50"MINIMUM WIDTH SAWCUT SECTION C-C TO ADDITIONAL LOOPS )UNCTION BOX (ASSUMING TWO LANES OF LOOPS) WHERE APPLICACLE *F ' CENTER OF LANE SCOTCH 06147 ELECTRICAL B C12C.(S) MOISTURE SEALANT TAPE B I/ s ' I A / A S=START SIDE VIEW END VIEW #12 TWISTED PAIR F=FINISH 3 TWISTSJFOOT *=LOOP NUMBER NOTE CUT SOLDERLESS,CRIMPED, DRAIN WIRE NON-INSULATED BUTT SPLICE ' TO CONTROLLER SINGLE LOOP WINDING DETAIL LOOP SPLICE DETAIL SpSEP� NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 5� of WASH AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE NOTES: 61 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 1 SEE KENT STANDARD PLAN 6-99 FOR ti y THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST CONDUIT STUBOUT DETAIL AND r y CITY OF KENT INDUCTION LOOP INSTALLATION C=j ENGINEERING DEPARTMENT NOTES .0 21493 Ap GISTO� KENT INDUCTION LOOP 2. SEE KENT STANDARD PLAN 6-100 INDUCTION LOOP PLACEMENT DE AOR DETAILS F INAL ENG\� w.,„,.,.,„ DESIGNED OWN SCALE NONE STANDARD PLW DRAWN se CHECKED DATE OO C_,A p V �J APPROVED 6' CEMENT CONCRETE CURB AND GUTTER TO JUNCTION BOX ^� STUBOUT SHALL EXTEND A MINIMUM OF 3/4"INTO PAVEMENT PAVEMENT ' DEPTH VARIES SCHEDULE BO PVC SECURED IN ROAD SURFACE(TYP.) ' CONDUIT STUBOUT DETAIL INDUCTION LOOP INSTALLATION NOTES: 1. CONDUIT USED FOR STUB-OUTS SHALL BE SCHEDULE 80 PVC CONDUIT,MINIMUM SIZE 2 INCHES ' 2. ALL LOOPS SHALL BE WOUND WITH THREE TURNS OF NO. 12 AWG STRANDED COPPER WIRE, CLASS B,WITH CHEMICALLY CROSS LINKED POLYETHYLENE TYPE USE INSULATION OF CODE THICKNESS. 3. BACKER ROD WILL NOT BE USED WITH CITY OF KENT LOOP INSTALLATIONS. 4, LEAD-IN WIRES: FOUR PAIR MAXIMUM PER SAWCUT. ' S. EXTEND SAWCUT SUFFICIENT LENGTH TO PROVIDE FULL SAWCUT DEPTH AROUND CORNERS. 6. LOOPS SHALL BE INSTALLED PRIOR TO FINAL LIFT IF NEW PAVEMENT IS INSTALLED. ' 7. ALL LOOPS SHALL HAVE IDENTIFYING LABELS ON THEIR LEADS SHOWING LOOP NUMBER AND S(START)OR F(FINISH). 8. SEE STANDARD PLAN 6-98 FOR INDUCTION LOOP DETAILS AND STANDARD PLAN 6-100 FOR INDUCTION LOOP PLACEMENT 9. WHEN SAWING LEAD-IN SLOT IN THE ROADWAY,CONTINUE THE SAW CUT APPROXIMATELY ONE INCH BEYOND THE SEAM WITH THE CONCRETE GUTTER A DEPTH OF APPROXIMATELY ' ONE INCH TO PERMANENTLY MARK THE LOCATION OF THE STUBOUT IF NO GUTTER IS PRESENT,CONTACT THE ENGINEER FOR AN ALTERNATIVE METHOD OF MARKING THE STUBOUT LOCATION. 10. ALL LOOPS AND HOME-RUN WIRING SHALL BE PLACED A MINIMUM OF 2 FEET AWAY FROM ' ANY AND ALL METAL CASTINGS OR VALVE BOXES EXCEPT TERMINATING HANDHOLES OR JUNCTION BOXES, p5EP t, S 17 NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �� of WASp� �.q AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �P z 0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. ti y CITY OF KENT � (?� ENGINEERING DEPARTMENT A �Fc��Ee�° ��� N-r INDUCTION LOOP e ONAL EN INSTALLATION NOTES DESIGNED DWH S(.41E NONE STANDARD PUN DRAWN BB CHECKED DATE 6_99 oxwm V .7 APPROVED WSDOT STANDARD PLANS ROADWAY CONSTRUCTION A-60.10-01 Cement Concrete Pavement Repair (2 sheets) iROADWAY DELINEATION M-15.10-01 Crosswalk Layout M-20.10-02 Longitudinal Marking Patterns M-20.20-01 Profiled and Embossed Plastic Lines M-24.60-03 Symbol Markings Miscellaneous (2 sheets) i Central Storm Water Forcemain Phase II/Inouye A - 2 June 6, 2012 Project Number 10-3009C = Z y - Lu o o S a o Ii I tfJ i I FF W i 38gc Q°� mom Odyr`�f ?�yc� Lu W W �, w �$ WQ � � ( man m 7 I I om-LY E3a d N E 12 E 8 r° 8E m w moms a �a �cE I I o z Y I O 5�}-n and af�� j z du t U ..I 1 1 2 N m F W a t I I ' n o I 2 W W 9 O 00 I 1 M1 O n i d Fi w WWo� i I z I ' FI ; ± � O tm Ed 3 ' ------- - I r 7.ZV<� o z I i ( z F I Z z ail aQQ w o I w c°i Gl E o p: �z� Ow G f_ O. I I LU J IL I I i - - Zu�j lI FGSia�su i Fnw z I tioa I '— ---------- Li L i� , i� _`_-I .tl31N3a N0'ZL I y~j I �d - - 3 I A-,L 9MVM 13WO M3N A-.L ❑ �y Z LU tu I 1 w w z p n sIL w ru w 8 zu 5 W I I w a _ vioWm ° I yJ G IL w rmc F n -----_ J I f g 0 IL w° o I u --------^—I . , . . , ; I I 6� - F -----I ' z 1 wM ; t Zw Fw I I iirw Liz J 380 Q ' U n f 11 VMVd 313M3ND31N3W30 H-O Fi z b m T1300f1 NM34 AS NMtlMO .vwwnmwmouw.�•var�m f' Or �munnwaweu n.w,w.a.,w.+� Q Q k y�smw«.�'s,ron.�wea.aw.> W K V, z a W 6 d ye Y� z Z—: $ OF J p t V Ztu O ° V d ' 42U F'! C w �' Y$ WW CQm IL a 1�W K C 1��¢Ij~ 1 3 z� 1 w QQN Ys'+ 1 V OU dLLI I Z W 2e 1 N31N3O NO.0 p_tll b _ --- a- 1 $atlB i3Moo N3N •a A z F 8 2 0 5 z o z a a ? a w � a 0 22 N ra�cWi O a j Fw Uw j �6 i U Yq U 00 i I vY 1'F 1 1 fig(OF (1 I 1 YyY fui-1` 1 111 ly C R 1 1 00 F8 O I 1 SyBFZ U I I a00 U I I P W O H I 1 W 1 1 O I 1 f 2 OF? 1 , WU� UOz Fffw IW'm 6¢Iy0 04 I W'�V 4 I 6 O U WU m U d I 1 2 W U N K UZ -- 1<° w pZ zaB $W rc F'z g z Fao U JQ wLU YO t IL E3W3 NO,.Z1 Z W m q g a A.1 t^ StlV9�3ro�o°M3- H .o-.t g Q S m= tea w F oo� yoQ all a O I W 1 1 K W 7 H _ � ° J ��.me�ewi u��vmacurvirv� O O !6, w S z F IL too y s s { SW O @� 3� �m NIW 0 a ;oG a mQ mrMm N -_-- E`m E o E EW m £a S� $ r u) N I? t N W ZZK^ W p = N V! Qa' p W p GU'W yl WW > 9 S" og4 y F�? 0 S NSS N $5 LL Sj 2 ¢ � yWQ3 K OWtZ�U W �9cWiw Q50�U h LL ffi =0 o� -ma WU,o N N O_ 0 W U O O om a + 1 B i �m a , � U U U p W 2 W p O m Taoan N 3A ABNMWO W o pow A� t� Y I, � � � Lli � T '✓ d�`� Q� 5 �� � W � �� g 4po f• rg $ p LZU W F - J W . J ; Z o m u - o = w `� m ow w Z �: w 8 $ms o8e o O p co Z - 2 E �vw � �n u y - W gu m gOg o _ W u =mT 5��0>. 5 W _ S F- S gi `o ma E o U _y W D - K V - 13 U _ .w.l u _ U �S0.e co9 H J ui f' m o�i k„ 7 re ww m;30 $m Hoed _ Z "` _ O a4 W o3n s� w i _ `_ Fr - ma t crvmm c .; C9 - U - 7 r �' G o �� cc ��; 0$90 �d }�yy mmm m _ ` m a��5 m am e` m 2 o - Z c435> `9 ur tu T r - Z R rn _ W 0 4 k�- s ` w F Q '�tt k� �L `7t� r = • " Q 2 W 3 `r U W ✓ s - --- - - s . w - Z 2 b {�. _ 4 J K - J J 7 w — W b Z Z ,E 5 w 5 5 w 5 �, w } J W03 F _ - - d' - _ _ p � �'a F „�-_ rW m w 32 U �� Wm w TI "�...� Z r� a xy- o, b b •.t D � _ b -_ �' __ � IIIIWII IvF aeoiAO vsn AB wnvaa • Z _ 'am C O O 3 „a®.o•,..�.a ,.•,, N a z f 6 3 z m � 8gg r� �2 � •� � oOm 0 t W�3 • � O ��0 �8��d m W J N 5p g00 ` �w��` 3 IL Va° azW y w7��Z jb•+7 < 3�W�.0W�wyrZi O Z 3 Z J!iw3aW F II►' w 7>OZWK.0 d y o o a;1:15g t Man s Oo-O O HOW .0 �L N N gEr a� O❑ EL T— ' 3 3 E b Z Z a V a o �� o- gGr z 1 bz IL z w 3.E Oz g 3; LLm o zwo eRi d z b N L W -- Z p WW Z W f q J 7 1C 6 W U]�j�j 1Ky o w W p 2' �ti e �O 9Q ii $ KGW W IY _ z E b •- N --- - 3 m wO z J $i W � j W y > 8 s 5 � • it a o b w m Z J 3 5, C N U 0 F W 5 It U Z F W 'J� m 3 W E < J J W Y r g� N N W a ZQ W 00 N wb=w3 '' o ga SJ z J W �2j `,F WZ aZa FS W J-1 $ WY o bb J $ bbZOC 0 Vl 6 S > a a a Zzw w=g b + pz 7�m W z momc °� zMO Ww �y mw T— ul 00 �s z0 3 Iz ow o -j LL ILL 0 4 EL ul yQ Q N al w w z a CL Z - n a n p N W p N W m O J z N 0 m { m o v v 1 � a �- � W- U vxms)avw Ikew✓Iwo a� .p.oro odd 00 vo n 5 i 0 9 �0^e'.p1 N m IOU A:z i 2 S i ay QQ Z N a ggig o v o a 3 IL W W �'� _ i O F II►' 1 U U m o� o _ o w Wo m z CD :S'4ltrVA 0z n � ❑ O WJ 4 z� �m w 70 u9 'col �K o aD io> O y i 0 m U�m ZR[QJ l 9 W cc LU co ui a� om a0 Nr i z o-o W o $ S o O = tt WO 4 O o I f_�O � N T O lOVLLNOO 33S-S3ILVA HLON3l - ""- o O 2 MO - - sNV7d lOtllllN00333, �LL 531NtlA HLON3l ONOAAO VSII AS HNVNO Y,mer ®..ve..�o ww�•�vu�.m, M Z n H w m y m u9 w V" !� W c w f 2 n M, $ g < C S-� 3�a Odd y°� c'j 'z y u qm 4y m a 'K zw, m oy �d gr vro y 'J{J{� C� "' ,1 w > ] W m O 0 g a ADNOuo3ela oF e&°Qe goo a g o i � x b b 0 3 3 b m b b m m < b b b o 0 F F F F J m J m 0 o m a W yb < 7 9 W 9 W —y l3AVtl1 �^� j0 NOfL'13N10 b b D .9-� i o � a =p�LL ` ow 7 N T W m f g m S W b LL _ [a m �3 �WjZU i yVw m l3AVdi !O NOU3381a f< d 3 aW A•D F S U a .9•D .LL R .9-.E .LL Ll K - N m S-E $ p a Pf m i f a wy _ m aN 00 U Z as vw niao n U' Z b am QO w sS _ Y— zg �, h ¢ 8 U m ¢QQ0 ym 2 GO 1ww W w �j r OC qq m r m W U < < aeo3Ao vsn m N+AVaa TRAFFIC CONTROL PLANS r i ! 4 l t ! i t t ' Central Storm Water Forcemain Phase II/Inouye A - 3 June 6, 2012 Project Number 10-3009C Wd 99 Lb OL ZLOZ 7/9 MAP Mi\P UOO ol4eJ1\pMP\Z aseyd uewaoJod 600£-OLW4isap\ti a b C � 8 ' � E OY3W Oyu W � tlOk c O K 1- �-ozx p V V r g�< zw arsrc asin W S-LLN y is 8vys V 3 2 lL-HA r p! J p K Q V V r • v a o h v 0 a 0 v v v i5 v e � v = c � n V a v zs� v v is sniu is snuff _ k5e Wig YYB r w s w � s U Z ' IaJ O ~ = d� r to p N�� ' 1 is 3M00 9 Wd 9L 8b OL ZLOZ/17/9 OMP Z0011E04u03 OWE!Ji�OM lZ aseyd uiewaZ)ao�j 600£-OLlubisaU\, K-OiM O� v av3Hv � U350YJ - g avoa s W K 0 U O 4 O iavos > O g ]QY]ItlWB p„ �n 3eA1 NO 1NlgY1 .� v-1 Itl O 3AV 31V15 �ntiw '3AV 31V1S of o mmn mod � W a � N 1 _ W z� _ N w O i< �z N z-Ila fL C9 V)Q zo Y Q350p m'd �K E o W moa U W bo ++ F2 Fw V u on 00 Cy r '3AV '7Vil1N33 '3AV -IVN1N30 AA.4i aasm I PI -] Wp M9 ON el r A 9WMPIG➢E � s s MAO CLOSM Y 2 1 �r ' •3AV OVOTHYa 3Av OVOMIIVH 1 - aaAo � aosEo AHEAD INV 8£8b 0[ Z60Z/ti/9 Dmp £03111a1uoo o,geat\oMp1Z aseyd uieuaaoaod 600£-WuNsac\t ` b OV]HV g D35010 & � Dvoa g K-OZM N� W U z� �a �'np bo w U2 V2 N 4 O � �6 O O p F6 Fw O 00 OQF � x� �w ZU 64J N Y N W 03501D OYOd 8 IN 3da e No 1NMO14 5 9-ila a aimvai rim 01 '3AV 31tl15 olsola avow o U U a N � a0valadre lll NIO W NO D1f10N Y s-!ia w ZE 1 03501D ZE � avow � o zi N y R9 x q d3I '3AV "1V211N30 ROAD CLOSED R17-2 MOUNT ON $ TYPE A! j d BN2RICAOE x $_ 4RRgqy11 gel o ROAD cLasEo 6 Y '3AV 0YOUTYN W20_0A ROAD CLOSEO AHEAD 9 NV 00 6h 06 Z40Z/17/9 Ump b00jV4u03 014e it 1)MP\Z @Seud uiewe0aod 600£-04\UDISaQ\ ue:Hn � Haox, ovoa E orx � �a N Z r w�Q 3 Iry Z e-aa 's a rnxsoa Y � 4 V o a O WOODFORD AVE. o: U Q K � r R s R h _`o 1a� r �$ v a� STATE AVE. N i Wg < � . n w._zL � 90fl1�x1^fl0¢p � . da o (MOSS HERE o �M a CENTRAL AVE. � a ' w W2o-5 � o WIO-1 ` ROAD wwwx AHEAD 4 Wd 4£16V 06 Zb0U4/9 .bmp 90o1\lo1}uoo oi}}eJJ\I)MPlZ aseyd viewaol03 600£-0Ooisa(h p un�n �eaa araa Y "' s hOLp A P r •3nr Nosy anx+ o 4EDl) Z �� WO �m x Y6-OLM � W w p W 3 �V} W J O F� 4 O wm tlL-1M x J� 4 W 3nV NVIO i a a � R ~ 0 g8 U Z W W a "— ca = s 0 T O � 3nv OW3000M o 3nV 31VIS `� 1 Oil 411� 1 t4 7 � g5 � aw xaI p' i 3AV 101N30 ��p �fl7 aosm uuD � y N T Z N A W10-SA S vRD-t � eDAD wxm w�cnn NV 179 617 04 ZWZA119 bMP 9001\IOaauoD o'Aeay\OANP\Z aseyd uiewaoao3 600E-0llunisaa\ a '3AV 103dSO8d eE r an3M — A Haan On 7 oz �-ozu o z K H O UNp Q x Y Q U O ttw� NZH �oX �gN avvrr w o <.-3 1 vai vai Fr U s-U3M '3Av Nosvr i Z s J O h �Z-9M Z O f" U U7 U M 4. N 4 41 � Q v E `o_ C _ Y � e O i '3Av xav90 r s y v v � a n y e i g a: e O ' e a e 9 R pd c 1 �I �►a •3nv oaodaoOM N Q Rano � xcar nano - VW9l OS 06 ZLOZ/V!9 bMP L0O1\IojlUo3 31}UeJj\INAP17 aseyd ureweOJOd 6005-ObiueisaQ a O y j 2 YY 6 m6 F cUc��NIJ WNW � JTJ �4� VI 4N pN LL�� �KKOJ O G N V F W U U bo Zww i Z04 zVJ � NYId Nl�d .r N W Z d p_Wa O_ s M<1 I ^J U 1 N" W iRVi ra- S J d 0 '3AV 31V15 = 0 U G W �o� i�nts7 t 7 } c o> o s 5 V! 5 o u� a4 a L WK y ROpO ' CLOO wp MOUNT ON TYPE BnRRicAOE a { R11-4 ROM)LASED e l MTYPE11 O '3AV 1VM1N33 BaRR�CME THRU RRAFFK e3y� n ROAD 4 g '� P HEAD w w 1 z O a 11"Ift ROAD r wa+x Ar�aD 3AV ovoniva I ' � g 8 NV J3& ay/„� =Mpgo1»Wga14131_L� !_a _W�OJwe23�� m@E @ \ )\ §/ }} ({ \D\ J� \ k@ s »a ! § !/\� � ) @ III 3dAl m is ew» / @ @ )$$ 2 ; \ ! } ~ \ � e $ _ _1111-2 4 ON TYP WRICAOE 9 MOUNT III §{ : � � \ | ) ) / _ | . CLOSED i @ Is Win � • Wd EZ l9 0 b MZ/hl19 DMP 6001)10� 03 314fAiWMP�Z aseyd UTW@:)�0d g00£ q�,u0tsaa, '3AV NOW w OV3Htl XN01l, W� avaa �y 1-�240. V 1�I1 W Q � g0 m �W J ' OY3Ntl 03SO1J 3NY1 z Z g o a z 0 v in<9> U h 4 NZ-°M N Z E p T Y O O c II p nor U+ � iu � o d F. 1 p 9 p � if t X. '3" N0393NN3H g ° p ypl I a °« sRga l 1 N w d _yp d (f g i a � l p4 4 k e � qO�5�J ' '3AV 31V1S Ad SC 4S ZLOZlC/9 'o-MP 06�LUaauo�oi�}e�ZlpnnpiZ aseud uieutao�oj 600£-0b\ub{sa0\ O d '3AV 1VRN30 o 1 • W f� I b a '3AV avoa'lsva It z ; { a � t • 1 • �O K t • S Z 0 pO U '3AV Est 1 Y8fl 11 ( e a X. jiff :R�, '3AV PuZ ; s a �¢ r in W20-5A $k X A k' AHEAD W20-1 ROAD 'NORK AHEAD Wb LO ZS,OI ZWOZIt7/9 pN%p L 601\la}uOD Oij}eaDDA)P\Z aseyd u12Wa0IOJ 600E-0lSuOlsa 1 ; 3nY xma '� u � M LM NW 3lYUF � Z aavn ii wlns 1 I— J Q. a � S woo � �E O U W J ZOW �Uyr a a¢J¢ ' '3AV N0383NNV <Fe� U 4~N J 2 O N 6 �� es•usA J a O ]m]n»a 1— ui uu Z d60U U U Otl W '3AV 31V15 1 4 a R 6 e g �F ii g yy c �I� I x `d JW 3AV IVULK33 yRyyye aoso fit. S MMM CN ew F'�F M H o � d Sy '3nv aVO311VE Ila ' 3AV Isl o N t- N 1 911d#0.06tL 2 AT TdpK ]9NC ThM OAiE c Q ' AtlM AVSYItlN Wd Z£96 C Z6OZ/9/9 INAP Z6OBOJ}UO3 0WeJ110MPIZ asNd uieuJ@OIOJ 600E-0tlUaisap\ q r A QV3HV obr aaa z ' za g� zN zo 1S 3M0°J[: z 3�¢ U Q� Q3501� p� QVOa �r gY N 1S L3N33W p E a z � a F Z J Q U z 0350 7 0 1-- OtlOa 1N3M3t�Ori HNYUQ3303d w V � 1 01 N3LOds i10 4 Q NVItl13303d!SISSY 3S3N mw OA N3LLOdS tl0 �y lwll-sS Q9tt1 omens o ]N3N sson &�� � «_ anon xm3ms �8 S8� � 1S HIM E S E a 15 HlIW����� 0 s a ccv V � u Qg S Sff4F1X Q W? n W C4053 mw W SOFWIIN Q® R9-ilaR j {1�. _ OR$PPT W CPOSi NEiE ASSIwOKNENi� O Z Q z RS o 0 Y AS%ST RfDE31in mAN J E avtN¢dT S5N1H s ROAo ttosm i�'3 e LIS 833NOld -------------- g{xb� ClO5E0 � f wza-u �I t 3 t✓ P ST R0A0 %T19K MEAD Nza-i ti 1S S3"l w 3 G aZI0 r/ g mPG011meo0lJJ P!� *S8w m_eg S()Eom»q, HLI [ALI ; 29 2k / f rf -,] { ) k§ \ Ej : tM ` - ! _ _! d y j / , * DETOUR r, ; uO ( /\ 4\ !! zo- § y; _ ) � DETOUR - \ L-9 me amm DETOUR\ � } - ) § - TE H §:;- f• } 2f is _S _ is _, I Is _, - - * � i) END � � ! . ! \ IS mN \ (j + 4- ! ! | - = mr � Ffn IIT ---'-------_ � f I d ram,--- � �—_ — _•—__— �� I i N ' ` E�- O �1 J ®ttDu74 ¢ C NP�43Pa6Mi_ iq S I - �arrosi c laze 5 � � h y t9 5avM2 O d � i ac7bw N a UtTw, 14N0'J�b a�042 Pt�b IRA r 8 S9fM�r ad trl SQ"sJ / QW¢ay) o� ef'�'1G� (.E95o7o1 Ot�o7A •-----•' L �F P z N npa"•raa2 ON rr Pao ego YswN'4 fE34°�� 4NM1 i4�b1 ( L'J C I ��- ' � W G (,aRO noe4fw 0) `�' /►'45b 7i ¢ Y/dHL o1 i1 �cp-r0 ns0>J •—/ C 1 >-Aid 1 %?Sdrj (Ypa t/ sscun� +d�1 1 1 1 1 1 1 [] PC M 5 3aww s r 1 CWoo4) J, h� t� 47cUQ lbk.�J 1 I I it ']hD IyiTt` 71v� 1 1 1 x�a a MAC WOK✓= AHMNO 1 w l v t u A od E N nL D atS a S ry / d ®ems x �s o 2 c sw ®�T"lz �. Po,4o ew,EO AN�iO PREVAI LING WAGE RATES 1 1 1 1 1 1 1 I 1 1 Central Storm Water Forcemam Phase II/Inouye A - 4 June 6, 2012 Project Number 10-3009C ' State of Washington ' Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe �enefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 06/26/2012 ountyl Trade Job Classification Wage lHoliday Overtime Note King lAsbestos Abatement Workers Journey Level $40.03 5D 1 H ng Boilermakers Journey Level $60.24 5N 1C ing Brick Mason Brick And Block Finisher $41.41 5A 1M rig Brick Mason Journey Level $48.27 5A 1M rig Brick Mason Pointer-Caulker-Cleaner $48.27 5A 1M King Building Service Employees Janitor $19.52 5S 2F ng Building Service Employees Traveling Waxer/shampooer $19.93 5S 2F ng Building Service_Employees Window Cleaner (Scaffold) $23.94 5S 2F ing Building Service Employees Window Cleaner(non-scaffold) $23 08 5S 2F rig Cabinet Makers (In Shop) Journey Level $22 74 1 King Carpenters Acoustical Worker $48.63 5D 1M ng Carpenters Bridge, Dock And Wharf Carpenters $48.47 5A iM ng Carpenters Carpenter $48.47 5D 1M King Carpenters Creosoted Material $48.57 5D 1M ng Carpenters Floor Finisher $48.60 5D iM ng Carpenters Floor Layer $48.60 5D iM ng Carpenters Floor Sander $48.601 5D 1M ng Carpenters Sawfiler $48.601 5D 1M King Carpenters Shingler $48.60 5D 1M ffing Carpenters Stationary Power Saw Operator $48.60 5D 1M Ong Carpenters Stationary Woodworking Tools $48.60 5D 1_M King Cement Masons Journey Level $49 15 7A 1M rig Divers Et Tenders Diver $100.28 5D 1M 8A ing Divers Et Tenders Diver On Standby $56.68 5D 1M ng Divers Et Tenders Diver Tender $52.23 5D 1M ng Divers Et Tenders Surface Rcv Et Rov Operator $52.23 5D 1M King Divers Et Tenders Surface Rcv Et Rov Operator Tender $48.67 5A 1 B rig Dredge Workers Assistant Engineer $49.57 5D 1_T 8L Ong Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L King Dredge Workers Engineer Welder $49.62 5D 1T 8L ng Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L :ring Dredge Workers Maintenance $49.06 5D 1T 8_L rig Qredge Workers Mates And Boatmen $49.571 5D 1T 8L King Dredge Workers Oiler $49 19 5D 1T 8L King Drywall Applicator Journey Level $48.47 5D 1M King Drywall Tapers Journey Level $48.79 5P 1E King Electrical Fixture Maintenance Journey Level $25.34 5L 1E Workers King Electricians-- inside Cable Splicer $61.93 7C 2W King Electricians - Inside Cable Splicer (tunnel) $66 55 7C 2W King Electricians - Inside Certified Welder $59 83 7C 2W King Electricians - Inside Certified Welder (tunnel) $64.23 7C 2W King Electricians - Inside Construction Stock Person $31.83 7C 2W King Electricians - Inside Journey Level $57.72 7C 2W King Electricians Inside Journey Level (tunnel) $61.93 7C 2W King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14 69 1 King Electricians - Powerhne Construction Cable Splicer $64.95 5A 4A King Electricians - Powerhne Construction Certified Line Welder $59.37 5A 4A King Electricians - Powerhne Construction Groundperson $42.16 5A 4A King Electricians - Powerhne Construction Head Groundperson $44 50 5A 4A King Electricians - Powerhne Construction Heavy Line Equipment Operator $59 37 5A 4A King Electricians - Powerine Construction Jackhammer Operator $44.50 5A 4A King Electricians - Powerine Construction Journey Level Lneperson $59.371 5A 4A King Electricians - Powerine Construction Line Equipment Operator $49.95 5A 4A King Electricians - Powerine Construction Pole Sprayer $59.37 5A 4A King Electricians - Powerine Construction Powderperson $44.50 5A 4A King Electronic Technicians Journey Level $31 00 1 King Elevator Constructors Mechanic $75.24 7D 4A King Elevator Constructors Mechanic In Charge $82.00 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory Work $14.15 5B 2K Products Only King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $33.93 7A 2Y King Glaziers Journey Level $50.911 7L 1Y King Heat & Frost Insulators And Asbestos Journeyman $55.68 5J 1s ' Workers King Heating Equipment Mechanics Journey Level $67.82 7F 1E King Hod Carriers & Mason Tenders Journey Level $41.28 7A 2Y King Industrial Engine And Machine Journey Level $15.65 1 Mechanics King Industrial Power Vacuum Cleaner Journey Level $9.241 1 King Inland Boatmen Boat Operator $51.95 5B 1K King Inland Boatmen Cook $48.62 5B 1K King Inland Boatmen Deckhand $48.62 5B 1K King Inland Boatmen Deckhand Engineer $49.60 5B 1K King Inland Boatmen Launch Operator $50.80 5B 1K King Inland Boatmen Mate $50.80 5B 1K King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer Operator $31.49 1 Sewer 0 Water Systems BX Remote Control King inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote Control Ong Inspection/Cleaning/Seating Of Head Operator $24.91 1 Sewer Et Water Systems By Remote Control rig Inspection/C_t_eanin_g/Seahng Of Technician $19.33 1 Sewer Et Water Systems By Remote Control rig Inspection/Cleaning/Seating Of Tv Truck Operator $20.45 1 Sewer Et Water Systems By Remote Control rig Insulation Applicators Journey Level $48.471 5D 1M King Ironworkers Journeyman $58.27 7N 10 rig Laborers Air, Gas Or Electric Vibrating Screed $40.03 7A 2Y Ong Laborers Airtrac Drill Operator $41.28 7A 2Y ng Laborers Ballast Regular Machine $40.03 7A 2Y ng Laborers Batch Weighman $33.93 7A 2Y King Laborers Brick Pavers $40.03 7A 2Y Ong Laborers Brush Cutter $40.03 7A 2Y Ong Laborers Brush Hog Feeder $40.03 7A 2Y King Laborers Burner $40.03 7A 2Y ng Laborers Caisson Worker $41.28 7A 2Y ng Laborers Carpenter Tender $40.031 7A 2Y rig Laborers Caulker $40.03 7A 2Y rig Laborers Cement Dumper-paving $40.77 7A 2Y King Laborers Cement Finisher Tender $40.03 7A 2Y Ong Laborers Change House Or Dry Shack $40.03 7A 2Y Ong Laborers Chipping Gun (under 30 Lbs.) $40 03 7A 2Y King Laborers Chipping Gun(30 Lbs. And Over) $40.771 7A 2Y ng Laborers Choker Setter $40.03 7A 2Y Ting Laborers Chuck Tender $40.03 7A 2Y ng Laborers Clary Power Spreader $40.77 7A 2Y ng Laborers Clean-up Laborer $40.03 7A 2Y King Laborers Concrete Dumper/chute Operator $40.77 7A 2Y rig Laborers Concrete Form Stripper $40.03 7A 2Y Ong Laborers Concrete Placement Crew $40.77 7A 2Y King Laborers Concrete Saw Operator/core Driller $40.77 7A 2Y ng Laborers Crusher Feeder $33.93 7A 2Y ing Laborers Curing Laborer $40.03 7A 2Y rig Laborers Demolition: Wrecking Et Moving $40.03 7A 2Y (incl. Charred Material) King Laborers Ditch Digger $40.03 7A 2Y ng Laborers Diver $41.28 7A 2Y ng Laborers Drill Operator (hydrau tic,diamond) $40.77 7A 2Y King Laborers Dry Stack Walls $40.03 7A 2Y ng Laborers Dump Person $40.03 7A 2Y ng Laborers Epoxy Technician $40.03 7A 2Y ng Laborers Erosion Control Worker $40.03 7A 2Y ng Laborer_s Faller Et Bucker Chain Saw $40.77 7A 2Y King Laborers Fine Graders $40.03 7A 2Y ng Laborers Firewatch $33.93 7A 2Y King Laborers Form Setter $40.031 7A 2Y King Laborers Gabian Basket Builders $40.03 7A 2Y King Laborers General Laborer $40.03 7A 2Y King Laborers Grade Checker Et Transit Person $41.28 7A 2Y King Laborers Grinders $40.03 7A 2Y King Laborers Grout Machine Tender $40 03 7A 2Y King Laborers Groutmen (pressure)including Post $40.77 7A 2Y Tension Beams King Laborers Guardrail Erector $40.03 7A 2Y King Laborers Hazardous Waste Worker (level A) $41.28 7A 2Y King Laborers Hazardous Waste Worker (level B) $40 77 7A 2Y King Laborers Hazardous Waste Worker (level C) $40.031 7A 2Y King Laborers High Scaler $41.28 7A 2Y King Laborers Jackhammer $40.77 7A 2Y King Laborers Laserbeam Operator $40 77 7A 2Y King Laborers Maintenance Person $40.03 7A 2Y King Laborers Manhole Budder-mudman $40.77 7A 2Y King Laborers Material Yard Person $40 03 7A 2Y King Laborers Motorman-dinky Locomotive $40.77 7A 2Y King Laborers Nozzleman (concrete Pump, Green $40.77 7A 2Y Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $40 77 7A 2Y King Laborers Pilot Car $33 93 7A 2Y King Laborers Pipe Layer Lead $41 28 7A 2Y King Laborers Pipe Layer/tailor $40.77 7A 2Y King Laborers Pipe Pot Tender $40.77 7A 2Y King Laborers Pipe Reliner $40.77 7A 2Y King Laborers Pipe Wrapper $40.77 7A 2Y King Laborers Pot Tender $40.03 7A 2Y King Laborers Powderman $41.28 7A 2Y King Laborers Powderman's Helper $40.03 7A 2Y King Laborers Power Jacks $40.77 7A 2Y King Laborers Railroad Spike Puller - Power $40.77 7A 2Y King Laborers Raker - Asphalt $41.28 7A 2Y King Laborers Re-timberman $41.28 7A 2Y King Laborers Remote Equipment Operator $40.77 7A 2Y King Laborers Rigger/signal Person $40.77 7A 2Y King Laborers Rip Rap Person $40.03 7A 2Y King Laborers Rivet Buster $40.771 7A 2Y King Laborers Rodder $40.77 7A 2Y King Laborers Scaffold Erector $40.03 7A 2Y King Laborers Scale Person $40.03 7A 2Y King Laborers Sloper (over 20") $40.77 7A 2Y King Laborers SloperSprayer $40.03 7A 2Y King Laborers Spreader (concrete) $40.771 7A 2Y King ILaborers Stake Hopper $40.03 7A I 2Y King I Laborers Stock Piler $40.031 7A I 2Y 'ng Laborers Tamper Et Similar Electric, Air Et Gas $40.77 7A 2Y Operated Tools King Laborers Tamper (multiple Et Self-propelled) $40 77 7A 2Y rig Laborers Timber Person - Sewer (lagger, $40 77 7A 2Y Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $40 031 7A 2Y ng Laborers Topper $40.03 7A 2Y ing Laborers Track Laborer $40 03 74 2Y rig Laborers Track Liner (power) $40.77 7A 2Y rig Laborers Truck Spotter $40 03 7A 2Y King Laborers Tugger Operator $40 77 7A 2Y 1ng Laborers Tunnel Work-Compressed Air Worker $52 08 7A 2Y 88 0-30 psi King Laborers Tunnel Work-Compressed Air Worker $57.08 7A 2Y 88Q 30.01-44.00 psi rig Laborers Tunnel Work-Compressed Air Worker $60.76 7A 2Y 8Q 44.01-54.00 psi 1ng Laborers Tunnel Work-Compressed Air Worker $66.46 7A 2Y 8Q 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air Worker $68.58 7A 2Y 88Q 60.01-64.00 psi rig Laborers Tunnel Work-Compressed Air Worker $73.68 7A 2Y 88Q 64.01-68.00 psi ng Laborers Tunnel Work-Compressed Air Worker $75.58 7A 2Y 88Q 68.01-70.00 psi King Laborers Tunnel Work-Guage and Lock Tender $41.38 7A 2Y 8Q ng Laborers Tunnel Work-Miner $41.38 7A 2Y 8Q ng Laborers Vibrator $40.77 7A 2Y rig Laborers Vinyl Seamer $40.03 7A 2Y ng Laborers Watchman $30.84 7A 2Y King Laborers Welder $40.77 7A 2Y ng Laborers Well Point Laborer $40.77 7A 2Y ng Laborers Window Washer/cleaner $30.84 7A 2Y King Laborers---Underground Sewer Et General Laborer Et Topman $40.03 7A 2Y Water rig Laborers - Underground Sewer Et Pipe Layer $40.77 7A 2Y Water Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 rig1 Installers King Landscape Construction Landscape Equipment Operators Or $28.17 1 Truck Drivers rig Landscape Construction Landscaping or Planting Laborers $17.87 1 ing Lathers Journey Level $48.74 5D 1H ng Marble Setters Journey Level $48.27 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 rig Metal Fabrication (In Shop) Laborer $9.78 1 rig Metal Fabrication (In Shop) Machine Operator $13.04 1_ King Metal Fabrication (In Shop) Painter $11.10 1 ng Metal Fabrication (In Shop) Welder $15.48 1 Ong Millwright Journey Level $49.47 5D 1M ng Modular Buildings Cabinet Assembly $11.56 1 . ur n i • • . ��r • • �inne�n•.. King Modular_Buildmgs Electrician $11.561 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.40 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11 56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $35.72 6Z 2B King Pile Driver Journey Level $48.67 5A 1M King Plasterers Journey Level $46.88 7Q 1R King Playground Et Park Equipment Journey Level $9.04 1 Installers King Plumbers Et Pipefrtters Journey Level $70.84 6Z 1G King Power Equipment Operators Asphalt Plant Operators $50.39 7A 1T 8P King Power Equipment Operators Assistant Engineer $47.12 7A 1T 8P King Power Equipment Operators Barrier Machine (zipper) $49.90 7A 1T 8P King Power Equipment Operators Batch Plant Operator, Concrete $49.90 7A 1T 8P King Power Equipment Operators Bobcat $47.12 7A 1T 8P King Power Equipment Operators Brokk - Remote Demolition $47.12 7A 1T 8P Equipment King Power Equipment Operators Brooms $47.12 7A 1T 8P King Power Equipment Operators Bump Cutter $49 901 7A 1T 8P King Power Equipment Operators Cableways $50.39 7A 1T 8P King Power Equipment Operators Chipper $49.90 7A 1T 8P King Power Equipment Operators Compressor $47.12 7A 1T 8P King Power Equipment Operators Concrete Pump: Truck Mount With $50.39 7A 1T 8P Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $47.12 7A 1T 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or Trailer $49.48 7A 1T 8P High Pressure Line Pump, Pump High ' Pressure. King Power Equipment Operators Concrete Pump: Truck Mount With $49.90 7A -1 T 8P Boom Attachment Up To 42m King Power Equipment Operators Conveyors $49 48 7A 1T 8P King Power Equipment Operators Cranes: 20 Tons Through 44 Tons $49.90 7A -1 T 8P With Attachments Overhead, Bridge , Type Crane: 20 Tons Through 44 Tons King Power Equipment Operators Cranes: 100 Tons Through 199 Tons, $50.94 7A 1T 8P or 150' of boom (including jib with attachments); Overhead, bridge type, 100 tons and over; Tower crane up to 175' in height, base to boom. King Power Equipment Operators Cranes. 200 Tons To 300 Tons, Or $51.51 7A 1T 8P 250' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $50.39 7A 1T 8P Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And Under $47.12 7A 1T 8P King Power Equipment Operators Cranes. Friction 100 Tons Through $51.51 7A 1T 1 8P , 199 Tons ng Power Equipment Operators Cranes: Friction Over 200 Tons $52 07 7A 1T 8P �ing Power Equipment Operators Cranes: Over 300 Tons Or 300' Of $52.07 7A 1T 8P Boom (including Jib With Attachments) King Power Equipment Operators Cranes Through 19 Tons With $49.48 7A 1T 8P Attachments A-frame Over 10 Tons ng Power Equipment Operators Crusher $49.90 7A 1T 8P ng Power Equipment Operators Deck Engineer/deck Winches $49.90 7A 1T 8P i P (power) Trig Power Equipment Operators Derricks, On Building Work $50 39 7A 1T 8P rig Power Equipment Operators Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T 8P rig Power Equipment Operators Dozers D-9 Et Under $49 48 7A 1T 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck Or $49.48 7A 1T 8P Crane Mount rig Power Equipment Operators Drilling Machine $49 90 7A 1T 8P King Power Equipment Operators Elevator And Man-lift: Permanent $47.12 7A 1T 8P And Shaft Type rig Power Equipment Operators Finishing Machine, Bidwell And $49.90 7A 1T 8P Gamaco Et Similar Equipment rig Power Equipment-Operators Forklift: 3000 Lbs And Over With $49.48 7A 1T 8P Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $47.12 7A 1T 8P Attachments rig Power Equipment Operators Grade Engineer: Using Blue Prints, $49.90 7A 1T 8P Cut Sheets, Etc rig Power Equipment Operators Gradechecker/stakeman $47.12 7A 1T 8P Ong Power Equipment Operators Guardrail Punch/Auger $49.90 7A 1T 8P King Power Equipment Operators Hard Tail End Dump Articulating Off- $50.39 7A 1T 8P Road Equipment 45 Yards. Et Over rig Power Equipment Operators Hard Tail End Dump Articulating Off- $49.90 7A 1T 8P road Equipment Under 45 Yards ng Power Equipment Operators Horizontal/directional Drill Locator $49.48 7A 1T 8P ng Power Equipment Operators Honzontal/directional Drill Operator $49.90 7A 1T 8P ng Power Equipment Operators Hydralifts/boom Trucks Over 10 $49.48 7A 1T 8P Tons Ting Power Equipment Operators Hydrahfts/boom Trucks, 10 Tons And $47.12 7A 1T 8P Under ng Power Equipment Operators Loader, Overhead 8 Yards. Et Over $50.94 7A 1T 8P King Power-Equipment Operators Loader, Overhead, 6 Yards. But Not $50.39 7A 1T 8P Including 8 Yards rig Power Equipment Operators Loaders, Overhead Under 6 Yards $49 90 7A 1T 8P King Power Equipment Operators Loaders, Plant Feed $49 90 7A 1T 8P rig Power Equipment Operators Loaders: Elevating Type Belt $49.48 7A 1T 8P Ong Power Equipment Operators Locomotives, All $49.90 7A 1T 8P King Power Equipment Operators Material Transfer Device $49 90 7A 1T 8P rig Power Equipment Operators Mechanics, All (leadmen - $0.50 Per $50.94 7A 1T 8P Hour Over Mechanic) 'King Power Equipment Operators Mixers: Asphalt Plant $49.90 7A 1_T 8P Ing Power Equipment Operators Motor Patrol Grader - Non-finishing $49.48 7A 1T 8P ng Power Equipment Operators Motor Patrol Graders, Finishing $50.39 7A 1T 8P 4 �ng Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, $50.39 7A 1T 8P . ..5.. ., ..� . Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower Distribution $47 12 7A 1T 8P Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $49 48 7A 1T SP Manhfts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type: 45 Tons $50.39 7A 1T 8P Through 99 Tons King Power Equipment Operators Pavement Breaker $47.121 7A 1T 8P King Power Equipment Operators Pile Driver (other Than Crane Mount) $49.90 7A 1T 8P King Power Equipment Operators Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P King Power Equipment Operators Posthole Digger, Mechanical $47.12 7A 1T 8P King Power Equipment Operators Power Plant $47 12 7A 1T 8P King Power Equipment Operators Pumps - Water $47.12 7A 1T 8P King Power Equipment Operators Quick Tower - No Cab, Under 100 $47.12 7A 1T 8P Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On Rubber $50.39 7A 1T 8P Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $47.12 7A 1T 8P King Power Equipment Operators Rollagon $50 391 7A 1T 8P King Power Equipment Operators Roller, Other Than Plant Mix $47.121 7A 1T 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $49 48 7A 1T 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $49.90 7A 1T 8P King Power Equipment Operators Saws - Concrete $49.48 7A 1T 8P King Power Equipment Operators Scraper, Self Propelled Under 45 $49.90 7A 1T 8P Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $49.48 7A 1T 8P King Power Equipment Operators Scrapers, Self-propelled: 45 Yards $50.39 7A 1T 8P And Over King Power Equipment Operators Service Engineers - Equipment $49.48 7A 1T 8P King Power Equipment Operators Shotcrete/gumte Equipment $47 12 7A 1T 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $49 48 7A 1T 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe. Over 30 $50.39 7A 1T 8P Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $49.90 7A 1T 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $50.94 7A 1T 8P ' 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes- Over $51.51 7A 1T 8P 90 Metric Tons King Power Equipment Operators Slipform Pavers $50.39 7A 1T 8P King Power Equipment Operators Spreader, Topsider Et Screedman $50.39 7A 1T 8P King Power Equipment Operators Subgrader Trimmer $49.90 7A 1T 8P King Power Equipment Operators Tower Bucket Elevators $49 481 7A 1T 8P King Power Equipment Operators Tower Crane Over 175'in Height, $51.51 7A 1T 8P Base To Boom King Power Equipment Operators Tower Crane Up To 175' in Height $50.94 7A 1T 8P Base To Boom King Power Equipment-Opera-tors Transporters, All Track Or Truck $50.39 7A 1T 8P Type King Power Equipment Operators Trenching Machines $49.48 7A 1T 8P ng Power Equipment_Operators Truck Crane Oiler/driver - 100 Tons $49.90 7A 1T 8P And Over King Power Equipment Operators Truck Crane Oiler/driver Under 100 $49.48 7A 1T 8P Tons rig Power Equipment Operators Truck Mount Portable Conveyor $49.90 7A 1T 8P King Power Equipment Operators Welder $50.391 7A 1T 8P ng Power-Equipment Operators Wheel Tractors, Farman Type $47.12 7A 1T 8P Ting Power-Equipment Operators Yo Yo Pay Dozer $49.90 7A 1T 8P rig Power Equipment Operators- Asphalt Plant Operators $50 39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $47.12 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Barrier Machine (zipper) $49.90 7A 1T 8P Underground Sewer Et Water i rig Power Equipment Operators- Batch Plant Operator, Concrete $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Bobcat $47.12 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Brokk - Remote Demolition $47.12 7A 1T 8P Underground Sewer Et Water Equipment rig Power Equipment Operators- Brooms $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $49.90 7A 1T 8P Underground Sewer Et Water ng Power Equipment Operators- Cableways $50.39 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Chipper $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $47 12 7A 1T 8P ng ]Underground Sewer Et Water Power Equipment Operators- Concrete Pump- Truck Mount With $50.39 7A 1T 8P Underground Sewer Et Water Boom Attachment Over 42 M rig Power Equipment Operators- Concrete Finish Machine -laser $47.12 7A 1T 8P Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or Trailer $49.48 7A 1T 8P Underground Sewer Et Water High Pressure Line Pump, Pump High Pressure. Ting Power Equipment Operators- Concrete Pump: Truck Mount With $49.90 7A 1T 8P Underground Sewer Et Water Boom Attachment Up To 42m rig Power Equipment Operators- Conveyors $49.48 7A 1T 8P Underground Sewer Et Water ng Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $49.90 7A 1T 8P Underground Sewer Et Water With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 i Tons rig Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or $51.51 7A 1T 8P U_ nd_e_rground Sewer Et Water 250' Of Boom (including Jib With Attachments) ng Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $50.39 7A 1T 8P Underground Sewer Et Water Under 150' Of Boom (including Jib x With Attachments) rig Power Equipment Operators- Cranes: A-frame - 10 Tons And Under $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Friction 100 Tons Through $51.51 7A 1T 81 Underground Sewer Et Water 199 Tons a u£jv av va a King Power Equipment Operators- Cranes: Friction Over 200 Tons $52.07 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of $52.07 7A 1T 8P Underground Sewer a Water Boom (including Jib With ' Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $49.48 7A 1T 8P Underground Sewer & Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $49.90 7A 1T 8P Underground Sewer £t Water King Power Equipment Operators- Deck Engineer/deck Winches $49.90 7A 1T 8P Underground Sewer & Water (power) King Power Equipment Operators- Derricks, On Building Work $50 39 7A 1T 8P Underground Sewer & Water King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T 8P Underground Sewer & Water King Power Equipment Operators- Dozers D-9 Et Under $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $49.48 7A 1T 8P Underground Sewer & Water Crane Mount King Power Equipment Operators- Drilling Machine $49.90 7A 1T 8P Underground Sewer a Water King Power Equipment Operators- Elevator And Man-lift: Permanent $47.12 7A 1T 8P Underground-Sewer a Water And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $49.90 7A 1T 8P Underground Sewer Et Water Gamaco & Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over With $49.48 7A 1T 8P Underground Sewer & Water Attachments King Power Equipment Operators- Forklifts: Under 3000 lbs. With $47.12 7A 1T 8P Underground Sewer & Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue Prints, $49 90 7A 1T 8P Underground Sewer & Water Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch/Auger $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump Articulating Off- $50.39 7A 1T 8P Underground Sewer & Water Road Equipment 45 Yards. & Over King Power Equipment Operators- Hard Tail End Dump Articulating Off- $49 90 7A 1T 8P Underground Sewer & Water road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill Locator $49 48 7A 1T 8P Underground Sewer & Water King Power Equipment Operators- Horizontal/directional Drill Operator $49.90 7A 1T 8P Underground Sewer a Water King Power Equipment Operators- Hydralifts/boom Trucks Over 10 $49.48 7A 1T 8P Underground Sewer & Water Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And $47.12 7A 1T 8P Underground Sewer a Water Under King Power Equipment Operators- Loader, Overhead 8 Yards. & Over $50 94 7A 1T 8P Underground Sewer It Water 1 King Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $50.39 7A 1T 8P Underground Sewer &Water Including 8 Yards 'King Power Equipment Operators- Loaders, Overhead Under 6 Yards $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment operators- Loaders, Plant Feed $49.90 7A 1T 8P Underground Sewer_Et_Water ' �ng Power Equipment Operators- Loaders: Elevating Type Belt $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $49.90 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Material Transfer Device $49.90 7A 1T 8P Underground Sewer Et Water �ng Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per $50.94 7A 1T 8P Underground Sewer Et Water Hour Over Mechanic) King Power Equipment Operators- Mixers: Asphalt Plant $49.90 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Motor Patrol Grader - Non-finishing $49.48 7A 1T 8P Underground Sewer_Et_W_ater �ng Power Equipment Operators- Motor Patrol Graders, Finishing $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, $50 39 7A 1T 8P Underground Sewer Et Water Boring, Road Header And/or Shield rig Power Equipment Operators- Oil Distributors, Blower Distribution $47.12 7A 1T 8P Underground Sewer Et Water Et Mulch Seeding Operator rig Power Equipment Operators- Outside Hoists (elevators And $49.48 7A 1T 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bndge Type. 45 Tons $50.39 7A 1T 8P Underground Sewer Et Water Through 99 Tons rig Power Equipment Operators- Pavement Breaker $47.12 7A 1T 8P Underground Sewer Et-Water rig Power Equipment Operators- Pile Driver (other Than Crane Mount) $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Posthole Digger, Mechanical $47.12 7A 1T 8P Underground Sewer Et Water Ing Power Equipment Operators- Power Plant $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $47.12 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Quick Tower - No Cab, Under 100 $47.12 7A 1T 8P Underground Sewer Et Water Feet In Height Based To Boom ng Power Equipment Operators- Remote Control Operator On Rubber $50.39 7A 1T 8P Underground Sewer Et Water Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $47.12 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Rollagon $50.39 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Roller, Other Than Plant Mix $47.12 7A 1T 8P Underground Sewer-Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $49.48 7A 1T 8P Underground Sewer Et Water Materials rig Power Equipment Operators- Roto-mill, Roto-grinder $49.90 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Saws - Concrete $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $49.90 7A 1T 8P Underground Sewer Et Water Yards rig Power Equipment Operators- Scrapers - Concrete 8: Carry All $49.48 7A 1T 8P Underground Sewer Et Water ng Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $50.39 7A 1T 8P Underground Sewer_fi Water And Over King Power Equipment Operators- Service Engineers - Equipment $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gumte Equipment $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $49.48 7A 1T 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 $50.39 7A 1T 8P Underground Sewer Et Water Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $49.90 7A 1T 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes. Over $50.94 7A IT 8P Underground Sewer Et Water 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over $51.51 7A 1T 8P Underground Sewer ft Water 90 Metric Tons King Power Equipment Operators- Shpform Pavers $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et Screedman $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Subgrader Trimmer $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Over 175'in Height, $51.51 7A 1T 8P Underground Sewer It Water Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In Height $50.94 7A 1T 8P Underground Sewer Et Water Base To Boom King Power Equipment Operators- Transporters, All Track Or Truck $50.39 7A 1T 8P Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons $49 90 7A 1T 8P Underground Sewer Et Water And Over King Power-Equipment Operators- Truck Crane Oiler/dnver Under 100 $49.48 7A 1T 8P Underground Sewer Et Water Tons King Power Equipment Operators- Truck Mount Portable Conveyor $49.90 7A 1T 8P Underground Sewer &._Water King Power Equipment Operators- Welder $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $49.90 7A 1T 8P Underground Sewer Et Water King Power Line Clearance Tree Trimmers Journey Level In Charge $42.91 5A 4A King Power Line Clearance Tree Trimmers Spray Person $40.73 5A 4A King Power Line Clearance Tree Trimmers Tree Equipment Operator $41.29 5A 4A King Power Line Clearance Tree Trimmers Tree Trimmer $38.38 5A 4A King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $28.95 5A 4A King Refrigeration Et Air Conditioning Journey Level $69.96 6Z 1G Mechanics King Residential Brick Mason Journey Level $48.27 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $38.08 5D 1M 'ng Residential Drvwatl Tapers Journey Level $48.791 5P 1 E lling Residential Electricians JOURNEY LEVEL $30.441 1 King Residential Glaziers Journey Level $34.60 7L 1H ng Residential Insulation Applicators Journey Level $26.28 1 Ting Residential Laborers Journey Level $23.03 1 Ong Residential Marble Setters Journey Level $24.09 1 rig Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Pipefitters Journey Level $34.69 1 rig Residential Refrigeration Et Air Journey Level $69.96 6Z 1G Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $40 04 7F 111 ing Residential Soft Floor Layers Journey Level $41 951 5A 2Z ing Residential Sprinkler Fitters (Fire Journey Level $41 31 5C 2R Protection ng Residential Stone Masons Journey Level $48.27 5A 1M Ting Residential Terrazzo Workers Journey Level $43.93 5A 1M Ong Residential Terrazzo/Tile Finishers Journey Level $21.46 1 rig Residential Tile Setters Journey Level $25.171 1 King Roofers Journey Level $43.65 5A 1R ng Roofers Using Irritable Bituminous Materials $46.65 5A 1 R ng Sheet Metal Workers Journey Level (Field or Shop) $67.82 7F 1 E ing Shipbuilding Ex Ship Repair Boilermaker $35.83 7M 1H ng Shipbuilding Et Ship Repair Carpenter $36.62 70 3B King Shipbuilding Et Ship Repair Electrician $36.23 70 3B Ong Shipbuilding 0 Ship Repair Heat Et Frost Insulator $55.68 5J 1S Brig Shipbuilding Et Ship Repair Laborer $34.82 70 3B King Shipbuilding Et Ship Repair Machinist $36.19 70 3B ng Shipbuilding Ft Ship Repair Operator $38.58 70 3B ng Shipbuilding Et Ship Repair Painter $36 21 70 3B rig Shipbuilding Et Ship Repair Pipefitter $36.16 70 3B rig Shipbuilding Et Ship Repair Rigger $36.16 70 3B King Shipbuilding Ft Ship Repair Sandblaster $35.17 70 3B ng Shipbuilding Ft Ship Repair Sheet Metal $36.14 70 3B ng Shipbuilding Ft Ship Repair Shipfitter $36.16 70 3B King Shipbuilding Et Ship Repair Trucker $36.001 70 3B rig Shipbuilding Ft Ship Repair Warehouse $36.06 70 3B Ting Shipbuilding Et Ship Repair Welder/Burner $36.16 70 3B ng Sign Makers Et Installers (Electrical) Sign Installer $22 92 1 ng Sign Makers Et Installers (Electrical) Sign Maker $21.36 1_ King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) rig Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical) 'Ong Soft Floor Layers Journey Level $41.95 5A 2Z ng Solar Controls For Windows Journey Level $12.44 1_ King Sprinkler Fitters (Fire Protection) Journey Level $68.79 5C 1X rig Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Istone Masons Journey Level $48.27 5A 1M rig Street And Parking Lot Sweeper Journey Level $19.09 1 Workers King Surveyors Assistant Construction Site Surveyor $49.48 7A 1T 8P King Surveyors Chainman $48.96 7A 1T 8P King Surveyors Construction Site Surveyor $50.39 7A 1T 8P King Telecommunication Technicians Journey Level $22.76 1 King Telephone Line Construction - Cable Splicer $34 20 5A 2B ' Outside King Telephone Line Construction - Hole Digger/Ground Person $18.72 5A 2B Outside King Telephone-Line Construction - Installer (Repairer) $32.78 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $34.20 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $33.51 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $34.21 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $31.81 5A 2B Outside (Light) King Telephone Line Construction- Telephone Lineperson $31.81 5A 2B Outside King Telephone Line Construction= Television Groundperson $18.16 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $24.09 5A 2B Outside King Telephone Line Construction - Television System Technician $28.72 5A 2B Outside King Telephone Line Construction - Television Technician $25.81 5A 2B Outside King Telephone_Line Construction - Tree Trimmer $31.82 5A 2B Outside King Terrazzo Workers Journey Level $43 93 5A 1M King Tile Setters Journey Level $21.65 1 King Trle.Marble_Et_Terrazzo Finishers Finisher $37.76 5A 1 B King Traffic Control Stripers Journey Level $40.73 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. WA- $46.97 5D 3A 8L Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W WA- $46.13 5D 3A 8L Joint Council 28) King Truck Drivers Dump Truck Et Trailer $46.97 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint Council $46.13 5D 3A 8L 28) King Truck Drivers Other Trucks (W. WA-Joint Council $46.97 5D 3A 8L 28) King Truck Drivers Transit Mixer $23.45 1_ King Well Drillers £t Irrigation Pump Irrigation Pump Installer $17.71 1 Installers ;King Well Drillers & Irrigation Pump Oiler $12.97 1 Installers King Well Drillers £t Irrigation Pump Well Driller $18.00 1 Installers BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 OVERTIME CODES ' OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RA FE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY(40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ' C THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ' D THE FIRST TWO(2)HOURS BEFORE OR AFTER A FIVE-EIGHT(8)HOUR WORKWEEK DAY OR A FOUR-TEN(10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE :NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID ATONE 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 1 CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ' H ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE I ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND DOUBLE THE HOURLY IRATE OF WAGE 7 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 i 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 BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 , -2- 1 O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND ' SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Q THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN , (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE- HALF TIMES THE HOURLY RATE OF WAGE R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE S THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS AND ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE 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 OV ERTIME 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 HOURLY RATE OF WAGE V ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE X THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Y ALL HOURS WORKED OUTSIDE THE HOURS OF 5 00 AM AND 5 00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE)AND ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT-TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY(10 IN A 4 X 10 WORKWEEK)OR 40 HOURS DURING THAT WORKWEEK)ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE , ' BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -3- I Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE ' HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF ' WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE G ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY(60)IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER 12 HOURS IN A DAY,OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE W. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ON A FOUR-DAY, TEN-HOUR WEEKLY ' SCHEDULE,EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE,ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE THE FIRST EIGHT(8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH,AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Y ALL HOURS WORKED ON SATURDAYS(EXCEPT FOR MAKE-UP DAYS)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 Z ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6 00 P M AND 6 00 A M AND ALL ' HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT FOR COMMERCIAL, OCCUPIED BUILDINGS WHERE FLOOR COVERING WORK CANNOT BE PERFORMED IN THE REGULAR DAYTIME HOURS DUE TO OCCUPANCY FOR SUCH OCCUPIED, COMMERCIAL BUILDINGS THE EMPLOYEE MAY AGREE TO WORK BETWEEN rHE HOURS OF 6 00 PM TO 6 00 AM MONDAY THROUGH SATURDAY MORNING AT 6 00 AM AT AN OVERTIME PAY RATE OF 10%OVER THE STRAIGHT TIME RATE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -4- 3 ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE , A WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK,MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE HOURS WORKED OVER TWELVE HOURS (I-) 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 STRAIGH I TIME RATE OF PAY ANY SHIFT STARTING BETWEEN THE HOURS OF 6 00 PM AND MIDNIGHT SHALL RECEIVE AN ADDITIONAL ONE DOLLAR ($1 00)PER HOUR FOR ALL HOURS WORKED THAT SHIFT THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGH I(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 B 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, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 4 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40) HOURS PER WEEK SHALL BE PAID AT , ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE B ALL HOURS WORKED 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 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 HOLIDAY CODES 5 A HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, , FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) , D HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) H HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY,THE DAY AFTER ' THANKSGIVING DAY,AND CHRISTMAS(6) I HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6) J HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER , THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). K HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY(9) BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -5- 5 L HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) N HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'DAY,THANKSGIVING DAY THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9) P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY R PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2) S PAID HOLIDAYS NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7) T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR AFTER CHRISTMAS(9) Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) 16 A PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) E PAID HOLIDAYS NEW YEAR'S DAY.DAY BEFORE OR AFTER NEW YEAR'S DAY,PRESIDENTS DAY, MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND A HALF-DAY ON CHRISTMAS EVE DAY (9 1/2) G PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND CHRISTMAS EVE DAY(11) H. PAID HOLIDAYS NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS,AND A FLOATING HOLIDAY(10) ' I PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) ' 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) ' Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) IF A HOLIDAY FALLS ON SATURDAY,THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY 7 A HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY,THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY i B HOLIDAYS:NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 ' -6- 7 C HOLIDAYS NEW YEAR'S DAY,MARTIN LUTHER KING JR DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY, TFu FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERV ED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY D PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY, , THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) UNPAID HOLIDAYS PRESIDENT'S DAY ANY PAID HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY PAID HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY E HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY F HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE ' FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY , ON THE PRECEDING FRIDAY G HOLIDAYS NEW YEAR'S DAY.MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY (6) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY H HOLIDAYS NEW YEAR'S DAY,MARTIN LUTHER KING JR DAY, INDEPENDENCE DAY,MEMORIAL DAY,LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE , CHRISTMAS DAY AND CHRISTMAS DAY(9) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY I HOLIDAYS NEW YEAR'S DAY, PRESIDENT'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A , HOLIDAY ON THE PRECEDING FRIDAY J HOLIDAYS NEW YEAR'S DAY,INDEPENDENCE DAY,MEMORIAL DAY,LABOR DAY,THANKSGIVING DAY AND CHRISTMAS DAY (6) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY K HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,THANKSGIVING DAY,THE FRIDAY AND , SATURDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY"ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY L HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,LABOR DAY,INDEPENDENCE DAY,THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY M PAID HOLIDAYS NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY AFTER OR BEFORE CHRISTMAS DAY" 10) ANY , HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY" ON THE PRECEDING FRIDAY N HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE i FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY WHEN CHRISTMAS FALLS ON A SATURDAY,THE PRECEDING FRIDAY SHALL BE OBSERVED AS A HOLIDAY ' BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -7- 7 O PAID HOLIDAYS NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, i MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY, THE DAY.AFTER OR BEFORE CHRISTMAS DAY,AND THE EMPLOYEES BIRTHDAY 11) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY i ON THE PRECEDING FRIDAY P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY Q HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS i DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL, BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY NOTE CODES 8 A 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'-S2 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO I50'-$3 00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 220'-$4 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220'-$5 00 PER FOOT FOR EACH FOOT OVER 220 FEET ! C. 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'-S 150 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 i 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 $075, LEVEL B $0 50,AND LEVEL C $0 25 M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A& B $1 00,LEVELS C&D $0 50 ' N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $1 00, LEVEL B $0 75,LEVEL C $0 50,AND LEVEL D $0 25 P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT i $2 00,CLASS B SUIT $1 50, CLASS C SUIT $1 00,AND CLASS D SUIT$0 50 Q THE HIGHEST PRESSURE REGISTERED ON THE GAUGE FOR AN ACCUMULATED TIME OF MORE THAN FIFTEEN (15)MINUTES DURING THE SHIFT SHALL BE USED IN DETERMINING THE SCALE PAID i 1 i 1 t A �0i ft LOW BRO S Q GOODFELLOW BROS., INC.7'%Mi C(MKTRAZ�rOR C�NfRAL CONTRAC�0 AUG 2 O 2012 TRANSMITTAL NOTICE i Y r- AENT EUCaNIEE'Ri G DEPT To: City of Kent Date: August 16, 2012 Public Works Department 400 West Gowe Reference: Central Avenue S Storm Water Kent, WA 98032 Force Main Phase II Project No • 10-3009C Attn: Nancy Yoshitake GBI Job No 2651 Transmitted herewith: No. of Copies Dated Description 2 EA August 16, 2012 Updated Certificate of Insurance for the above referenced project Remarks: Hi Nancy, After reviewing the contract, our insurance department noticed that the Waiver of Subrogation does not apply to the coverage's noted on the original Certificate. Attached please find 2 original updated Certificates. Thankyou! GOODFELLOW BROS., INC. Piko File—Job No 2651 By Isl Lesh S Lehrman, Eng.Secretary P 0 BOX 598 • WENATCHEE,WA 98807 • PHONE f509)662-7111 • FAX (509)662-2621 • WWW GOODFELLOWBROS COM •GOODFB"370NO liki ® CERTIFICATE OF LIABILITY INSURANCE s/16/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder Is an ADDITIONAL INSURED,the pollcy(tes)must be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements. PRODUCER NAME CT Insook Kim Risk Solution Partners, LLC PHONE (808)959-7475 FAX (e0e)e54-744e 800 Bethel Street E-MAIL insook@risksolutionpartners com Suite 201 INSURERS AFFORDING COVERAGE NAIC0 Honolulu HI 96813 INSURER A.American Contractors Inc Co RRG 12300 INSURED ORIGINAL, INSURERB Zurich American Insurance Co. 16535 Goodfellow Bros. , Inc. INSURERC Starr Indemnity & Liability 38318 P.O. BOX 598 INSURERD INSURER E Wenatchee WA 98807 INSURER COVERAGES CERTIFICATE NUMBER 1213 GL/AL/XSl/EL REVISION NUMBER. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF ADDL UBR POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MM/DD/YYYY MMIDD/YYYY GENERAL LIABILITY FACHOCCURRENCE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE O REN E PREMISES IEa occurrence $ 100,000 A CLAIMS-MADE [i]OCCUR X GL12000036 /l/2012 6/1/2013 MED EXP(Any one person) $ 5,000 primary PERSONAL B ADV INJURY $ 1,000,000 L12X00036 /1/2012 6/1/2013 GENERAL AGGREGATE $ 3,000,000 rGEN'L AGGREGATE LIMIT APPLIES PER excess follow form PRODUCTS-COMPIOP AGG $ 3,000,000 POLICY X PRO- LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIM Ea accident 2 000 000 B X ANY AUTO BODILY INJURY(Per person) $ ALLOWNED SCHEDULED X 3739140-03 /1/2012 6/1/2013 BODILY INJURY(Par accident) $ AUTOS AUTOS X HIRED AUTOS M NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,000 C X EXCESS LIA9 CLAIMS-MADE ISCCCL014630-12 6/1/2012 6/1/2013 AGGREGATE $ 1,000,000 DED X RETE CX I $ A, WORKERS COMPENSATION GL12000036 (WA STOP GAP) 6/1/2012 6/1/2013 WC STATU OTH- AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETORIPARTNERIEXECUTIVE❑ rimary E L EACH ACCIDENT $ 1,000,000 OFFICERIMEMBER EXCLUDED? NIA (Mandatory in NH) GL12XO0036 /112012 /1/2013 EL DISEASE-EA EMPLOYEE $ 1,0D0,000 If yes de scribe under xCe33 follow form DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) WASHINGTON - GBI JOB #2651 - CENTRAL AVENUE S. STORM WATER FORCE MAIN PHASE II. Additional Insured if required by written contract: City of Kent See endorsement 9 Coverage is primary and non-contributory. 30 day notice of cancellation (Cancels & replaces prior certificate issued 7/9/12) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Rent - Public Works Department ACCORDANCE WITH THE POLICY PROVISIONS 400 West Gowe Kent, WA 98032 AUTHORIZED REPRESENTATIVE Brad Wagenaar/MJ _C ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025(201005 1 01 The ACORD name and logo are registered marks of ACORD ADDITIONAL INSURED- OWNERS, LESSEES OR CONTRACTORS This endorsement modules insurance provided under the following! COMMERCIAL GENERAL LIABILITY COVERAGE PART It is hereby understood and agreed WHO IS AN INSURED(Section U)Is amended to Include as an Insured the person or organization shown in the Schedule,but only with respect to liability arising out of your work"for that insured by or for you. With respect to these additional insureds,this insurance does not apply to"bodfy injury,"`property,damage°or 'personal and advertising lnjury"arising out of the rendering of or failure to render any professional services,ndudinp: (1) The preparing,approving or failure to prepare or approve maps,drawings,opinions,reports,surveys,change orders,designs or speai6ce6ons;or (2) Supervisory, inspecton or engineering services. SCHEDULE Name of Person or Organizatlon: Any person or organization that you have agreed to and/or are required by contract to name as an additional insured. WHERE SPECIFICALLY REQUIRED BY CONTRACT, IT IS FURTHER UNDERSTOOD AND AGREED THAT THE INSURANCE PROVIDED BY THIS ENDORSEMENT IS PRIMARY. OTHER INSURANCE THE ADDITIONAL INSURED PURCHASES ON ITS OWN BEHALF SHALL APPLY AS EXCESS OF, AND DOES NOT CONTRIBUTE, WITH THE INSURANCE PROVIDED BY THIS ENDORSEMENT, HOWEVER,THIS INSURANCE IS ALWAYS EXCESS TO OTHER APPLICABLE INSURANCE,WHETHER PRMARY,EXCESS,CONTINGENT OR ON ANY OTHER BASIS,WHEN THE ADDITIONAL INSURED HAS BEEN ADDED TO THE OTHER INSURANCE AS AN ADDITIONAL INSURED. Nothing herein contained shall be held to vary,attar,waive or extend any of the terms,conditions, provisions, agreements or limitations of the mentioned Policy,other than as above stated. This endorserent changes the poky to which It is attached and is sfFectrve on the date Issued union olhsinviss stated. (The information below Is required only when this endorsement Is Issued subsequent to preparation of On policy.) Endorsement Effective; 6/1/2012 Policy No• G L12000036 Endorsement No.: 9 Insured. Goodfellow Ums.,Inc. GL12X00036 Premium$ Insurance Company American Contractors Innum a Ciomperry Rids Retention Group Countersigned By Prrncipef REQUEST FOR MAYOR'S SIGNATURE • Please Fill in All Applicable Boxes KENT This form insist be printed on cherry paper WASNINGTON Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAIN DEPARTMENT) Originator Kelly Casteel Phone (Originator) 5561 Date Sent -+. 1--+- IS Date Required _ 2�- to Return Signed Document to Nancy Yoshitake CONTRACT TERMINATION DATE: 80 working days VENDOR NAME: Goodfellow Bros , Inc DATE OF COUNCIL APPROVAL: 7/3/12 Brief Explanation of Document The attached construction agreement is with Goodfellow Bros to install approximately 3,100 feet of 24-inch diameter HDPE storm sewer system piping for the Central Ave S Storm Water Forcemain Phase I I Protect All Contracts Must Be Routed Through the Law Department (This Area to be Completed By the Law Department) Received RECEIV � Approval of Law Dept P Law Dept Comments JUL 17 2012 ItAAAA ' LAW DEPT., Date Forwarded to Mayor -71 Shaded Areas to Be Completed by Administration Staff ------ ------- ; 1 I Received: Recommendations & Comments 4 i PECEILEQ 1 Disposition. AllG�� ^s � JZ7 - Date Returned: Office Of the Mayor Iage5870—templatebase 2/07