Loading...
HomeMy WebLinkAboutPW12-188 - Original - Quigg Bros, Inc. - Boeing Secondary Levee & Floodwall - 08/02/2012 b Records Managemen KENO Document wASHINGTOH zi 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: Quigg Bros., Inc. Vendor Number: ID Edwards Number Contract Number: Pam �p ,I a— 18 O This is assigned by City Clerk's Office Project Name: Boeing Secondary Levee and Floodwall Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's Signature Termination Date: 150 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Toby Hallock Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): Construction of a secondary levee and a foodwall landward- of-the existing Boeing Levee along the Green River. S:Publlc\RecordsManagement\Porms\ContractCover\adcc7832 1 11/08 RECEIVED CITY OF KENT JUL 2012 KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Boeing Secondary Levee and Floodwall Project Number: 09-3009 BIDS ACCEPTED UNTIL BID OPENING July 10, 2012 July 10, 2012 10:45 A.M. 11:00 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 4^4 KENT WASHINGTON s , PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P E. Public Works Director 400 West Gowe Kent, WA 98032 KEN T Fax: 253-856-6500 WASHINGTON PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON Boeing Secondary Levee and Floodwall Project Number: 09-3009 ADDENDUM No. 1 July 3, 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 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5060 1-10.5 4 Type III Barricade $ $ KSP 6 Per EA EACH The following change is included in the attached replacement Schedule VIII of the Bidder's Document. Bidders must use the revised Schedule VIII. SCHEDULE VIII - PARK RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8040 8-32.5 1 Landscape Island $ $ KSP LUMP SUM Per LS 3 c v u 3 3 3 0 MAYOR SUZETTE CHOKE Page 24 — 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 fifty (150) working days after issuance of the City's Notice to Proceed. II — CONTRACT Page 30 - 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 one hundred fifty (150). III — KENT SPECIAL PROVISIONS Page 6-10 — Section 6-20.2 — Materials Metal Sheet Piling REVISE the first sentence under Steel Sheet Piling as follows: Steel sheet piling shall be hot-rolled sections of the type shown on the Contract Plans or -an approved alternative section alternative steel sheet piling sections as described in these specifications, conforming to the requirements of ASTM A 572 Grade 50. ADD the following after the first paragraph: Alternative Steel Sheet Piling Sections Steel sheet pile sections shown on the Contract Plans may be substituted by alternative sheet pile sections meeting the minimum properties shown in the following table: Minimum Properties Section Elastic Section Moment of inertia Flange and shown on Modulus [in4/ft of wall] Web Contract [in3/ft of wall] Thickness Plans in AZ 12 - 770 23.2 156.9 0.335 AZ 24 - 700 45.2 408.8 0.375 AZ 38 - 700N 1 70.6 1 694.5 1 0.375 2 Alternative steel sheet piling sections shall have a Z profile and conform to all other requirements of this specification in addition to the requirements of this paragraph. The total number of shear studs per linear foot of wall shall remain constant. When possible, the layout, location, size, and spacing of studs shall not change. The Contractor is responsible for detailing all revisions to the Contract Plans affected by the selected alternative sheet piling sections. Any revisions shall be submitted as shop drawings for approval. If directed by the Engineer, the Contractor shall submit calculations sealed by a licensed structural engineer in the State of Washington to demonstrate equivalency for any alternative steel sheet piling sections and associated revisions. ADD the following new section to the end of Division 8: DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION., 8-32 Landscape Island 8-32.5 Payment The unit contract price per lump sum for "Landscape Island" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to remove sandbags and other items, sawcut and remove extruded curb and asphalt pavement, remove all base course, decompact subsoil, install extruded curb, install new irrigation system and connect to owner's existing system, provide and install top soil, provide and install vegetation, and provide bark mulch as shown on the plans and described in the specifications. IV - APPENDIX The following two new appendices are available online at http//www.ci.kent.wa.us/procurement/ under the Boeing Secondary Levee and Floodwall project header or at the front desk of the PL,Nic Works Engineering offices, located on the 2"d floor of the Centennial Building, at 400 W Gowe St, Kent WA 98032, ADD Appendix A-6 - Environmental Permits The WA Dept of Fish and Wildlife Hydraulic Project Approval (HPA) permit includes project requirements that shall be followed as a condition of the permit for work adjacent to the Green River. The City of Kent Shoreline Conditional Use Permit and Substantial Development Permit include conditions required when working within two-hundred (200) feet from the Green River. ADD Appendix A-7 - Geotechnical Memo and Borings V - Plans ADD Sheet P3 of 3 to the plan set. 3 SCHEDULE VIII - PARK RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8000 8-02.5 11 Tree Planting and Staking $ $ KSP EACH Per EA 8005 8-02.5 640 Topsoil Type A $ $ KSP CU YDS Per CY 8015 8-02.5 100 Bark or Wood Chip Mulch $ $ WSDOT CU YDS Per CY 8030 8-03.5 1 Irrigation System $ $ KSP LUMP SUM Per LS 8040 8-32.5 1 Landscape Island $ $ KSP LUMP SUM Per LS Schedule VIII Total $ Boeing Secondary Levee &Floodwall/Hallock 15 July 3, 2012 Project Number 09-3009 l2mii W h� F i FS tJjG oz as m:j 3o a a��]Tv mZs Vz W� J J W O i s i{ o z0 o� a 0 Y 0p a r �:Z y CA i� J yW Z>> \ cli y Erna p 100 U drN F- 1 II 1 I : b iii{{i 2 V .v 1 p tea.%�_ OO � � ��� �� pp■ fI >g W(a� 1 i a— ti PR 5 'm 1 - EPA �6 1 (`pN51RUVON EASflA4N7 i�' TAB INDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 WSDOT Standard Plans Tab 7 Miscellaneous Details Tab 8 Handrail Specifications Tab 9 Prevailing Wage Rates i CITY OF KENT i KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Boeing Secondary Levee and Floodwall j Project Number: 09-3009 BIDS ACCEPTED UNTIL BID OPENING July 10, 2012 July 10, 2012 10:45 A.M. 11:00 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 2.,26572 KENT �u �� O� .p 37972 ��: ?� C>�' •w W n s H IN o Tow j2 �fOr�At a ti BIDDER'S NAME Quigg Bros., Inc CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Boeing Secondary Levee and Floodwall Project Number: 09-3009 BIDS ACCEPTED UNTIL BID OPENING July 10, 2012 July 10, 2012 10:45 A.M. 11:00 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 • ENT W AS H ING T 0 N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration - City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2 - Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal 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 Contract Table of Contents Kent Special Provisions Kent Standard Plans WSDOT Standard Plans Miscellaneous Details Handrail Specifications Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through July 10, 2012 up to 10:45 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 11:00 a.m. for the City of Kent project named as follows: Boeing Secondary Levee and Floodwall Project Number: 09-3009 The project consists of construction of a secondary levee and a floodwall landward of the existing Boeing Levee along the Green River in Kent, Washington. The project will take place in the City of Kent's Three Friends Fishing Hole Park. The earthen levee will be approximately 220 linear feet long through the parking lot of the park. The floodwall will be an "I-wall" consisting of driven sheet piles and reinforced concrete and will be approximately 750 linear feet long. In addition to building the levee and floodwall, extra fill material will be placed through portions of the site to retain access to the parking lot, the park and the Green River Trail after construction is complete. A retaining wall approximately 150 linear feet long will be constructed to hold additional fill material in the parking lot away from the floodwall. A total of 9,550 cubic yards of fill material is anticipated for this project. Complete restoration of the park is also included in this project. The Engineer's estimated range for this project is approximately $2.4 to $2.8 million. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Toby Hallock at (253) 856- 5536. 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 or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 19th day of June , 2012. BY: Brenda Jacober, City C&ik Published in Kent Reporter on June 29, 2012 Daily Journal of Commerce on June 26 and July 3, 2012 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date July 10, 2012 This statement relates to a proposed contract with the City of Kent named Boeing Secondary Levee and Floodwall Project Number: 09-3009 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. Quigg Bros., Inc NAME OF BIDDER B ro'ect Mana er Ignature/Title Quigg Bros , Inc PO Box 1707 Aberdeen, WA 98520 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Boeing Secondary Levee &Floodwall/Hallock 1 June 19, 2012 Project Number, 09-3009 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this 10th day of July , 2012. By: -- For: Quigg Bros , Inc Title: Protect Manager Date: 7/10/2012 Boeing Secondary Levee &Floodwall/Hallock 2 June 19, 2012 Project Number 09-3009 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Quigg 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 Boeing Secondary Levee and Floodwall/Project Number: 09-3009 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract documents governing the work embraced in this Improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract documents, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid Items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for 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 (*). EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. Boeing Secondary Levee&Floodwall/Hallock 5 June 19, 2012 Project Number 09-3009 SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $.23O.e $ Z ©pch, �✓' WSDOT LUMP SUM Per LS ' 1005 2-01.5 1 Clearing and Grubbing $ ks"04D06* $ Itr' WSDOT LUMP SUM Per LS 1006 2-02.5 1 Remove Existing Irrigation $ z, ocCI..o $ Ze©°DO S9 KSP LUMP SUM Per LS 1007 2-02.5 30 Remove Giant Sandbags $ ISO.0­5� $ 4,ScO• �= KSP EACH Per EA 1010 2-02.5 2,500 Remove Existing Asphalt $ S $ KSP SQ YDS Concrete Pavement Per SY 1020 2-02.5 40 Remove and Reinstall $ io"'nc $ 4 dov•=� KSP EACH Concrete Wheel Stops Per EA 1025 8-04.5 10 Wheel Stops for Parking Stalls $ lop oo $ KSP EACH Per EA 1030 2-02.5 470 Remove Cement Concrete $ -3 _ $ KSP LN FT Extruded Curb Per LF 1035 2-02.5 1 Removal of Traffic Islands $ 2,wo•00 $ Z,obO sO KSP LUMP SUM and/or Traffic Curb Per LS Boeing Secondary Levee&Floodwall/Hallock 6 June 19, 2012 Project Number 09-3009 SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1040 8-09.5 1 Removal of Raised Pavement $ 2,001 $ Z, 000. KSP LUMP SUM Markers and/or Thermoplastic Per LS Traffic Markings 1045 8-21.5 1 Removal of Traffic Signs $ 2.elco ao $ Zr 000. KSP LUMP SUM Per LS 1050 2-02.5 230 Saw Cut Existing Asphalt $ S42e $ KSP LN FT Concrete Pavement Per LF 6 1055 2-02.5 1 Remove and Reinstall Park $ S 000 o_ $ S1 000 v KSP LUMP SUM Sign with New Foundation Per LS 1060 2-03.5 800 Roadway Excavation Including $ 7.0, $ (Io,poo. " WSDOT CU YDS Haul Per CY 1065 2-03.5 600 Unsuitable Foundation $ Z.S• _o $ tg— 000 •o0 WSDOT CU YDS Excavation Including Haul Per CY 1075 4-03.5 14,060 Gravel Borrow, Including Haul $ 13 •-� $ 12,Z, 780 KSP TONS and Compaction Per TON ($2.50 Min) 1076 4-03.5 1,600 Gravel Borrow for Levee $ 17. $ Z7,Zoo •oo KSP TONS Embankment, Including Haul Per TON and Compaction ($2.50 Min) 1080 4-04.5 1,015 Crushed Surfacing Top $ ZA $ zA, 3ev0. 00 KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) Boeing Secondary Levee&Floodwall/Hallock 7 June 19, 2012 Project Number, 09-3009 SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1085 4-04.5 11100 Crushed Surfacing Base $ $ Z6,d00— KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 1095 5-04.5 900 HMA Class 1/2", PG 64-22 $ 85 �0 $ 74., 6'00 . " KSP TONS Per TON 1096 2-03.5 220 Inspection Trench $ L D Z. •0b $ ,7-CO. °= KSP LN FT Per LF 1100 8-31.5 1 Portable Toilets $ 15-410 $ 00 KSP LUMP SUM Per LS 1125 5-04.5 100 Cold Plant Mix for Temporary $ Lam• '00 $ L 5'4 0,00 KSP TONS Pavement Patch Per TON 1210 8-04.5 300 Embedded Reinforced Cement $ 7-0 • $ G, 000 • eo KSP LN FT Concrete Curb for Landscape Per LF Islands 1215 8-04.5 300 Embedded Reinforced Cement $ z5• $ 71 5-z�10, o0 KSP LN FT Concrete Traffic Curb Per LF 1216 8-14.5 1 Repair Concrete Slab $ 1,000 mC> $ 11000. =o KSP LUMP SUM Per LS 00 1270 8-12.5 2,300 Temporary Chain Link Fencing $ 3• $ 1;'9 CI AO. • KSP LN FT Per LF Boeing Secondary Levee&Floodwall/Hallock 8 June 19, 2012 Project Number 09-3009 SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1275 8-12.5 350 Temporary Secure Fencing $ �;_• 1 $ % 179"6 '` KSP LN FT Per LF 1290 8-26.5 8 Remove and Restore Existing $ 64Pd" � $ 4( g)no 00 KSP EACH Fixed or Removable Bollard Per EA 1295 8-27.5 260 Handrail $ IZO•m $ 67160. � KSP LN FT Per LF e� 1300 8-03.5 1 PVC Conduits $ 7 $ '?,SOD. 04D KSP LUMP SUM Per LS 1315 8-28.5 4 Pothole Utilities $ $ o KSP EACH Per EAoe�O•°� 1320 8-30.5 1 Project Sign $ I,oKx�b 00 $ t, noa•°0 KSP EACH Per EA 1325 8-15.5 1,700 Quarry Spalls $ 2-0•"= $ 34tnza' WSDOT TONS Per TON 41,0 1330 2-12.5 2,600 Geotextile Fabric, Non-Woven $ 2 •� $ S,Z,00• KSP SQ YDS Per SY 1355 1-04.4(1) 1 Minor Changes $10,000.00* $10,000 00 WSDOT CALC Per CALC *Common price to all bidders Ob Schedule I Total $ Boeing Secondary Levee&Floodwall/Hallock 9 June 19, 2012 Project Number. 09-3009 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 200 Traffic Control Labor $ 45' $ 9 ,000. KSP HOURS Per HR 5010 1-10.5 100 Construction Signs Class A $ tS--�- $ t' moo, 00 KSP SQ FT Per SF 5015 1-10.5 200 Traffic Control Supervisor $ &5-. $ lzj, `- KSP HOURS Per HR . 5020 1-10.5 1 Temporary Traffic Control $ r0mo � $ 1 , o0o ec KSP LUMP SUM Devices Per LS 5030 1-10.5 10 Portable Changeable Message $ 2oa �`� $ Zr Dad KSP DAYS Sign (PCMS) Per DAY 5060 1-10.5 Type III Barricade $ t 1006 $ mb A KSP EACH Per EA Ob 5100 8-22.5 1 Permanent Parking Lot $ oro�x' $ ooG es KSP LUMP SUM Channelization Per LS ✓mo C Schedule V Total $ 33 Boeing Secondary Levee&Floodwall/Hal lock 10 June 19, 2012 Project Number 09-3009 SCHEDULE VI - STRUCTURAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6 mo 6000 2-09.5 1 Shoring or Extra Excavation, $ lo,000✓$ l p� d3p6. WSDOT LUMP SUM Class A Per LS 6010 2-09.5 1,200 Structure Excavation Class A, $ Z.o• `'D $ WSDOT CU YDS Incl. Haul Per CY 6020 6-20.5 4,000 Sheet Piling - Wall Type A $ 40. $ p• KSP SQ FT (AZ38-700N) Per SF 00 �o 6120 6-20.5 1,500 Sheet Piling - Wall Type B $ L(Q•✓ $ e"'p' aDp.-- KSP SQ FT (AZ 38-700N) Per SF Co 0 6140 6-20.5 17,500 Sheet Piling - Wall Type B $ 30- " $ 5�5�po0 KSP SQ FT (AZ24-700) Per SF 00 6220 6-20.5 500 Sheet Piling - Wall Type C $ ;Z-7• $ pO KSP SQ FT (AZ12-770) Per SF 3`S J 6360 6-02.5 700 Conc. Class 4000 for $ 3Z5 $ 5�' E10- KSP CU YDS Retaining Wall and Floodwall Per CY 6361 6-02.5 12,000 Architectural Finish for $ Z'3 $ �761 do KSP SQ FT Retaining Wall and Floodwall Per SF 6380 6-11.5 50,000 St. Reinf. Bar for Retaining $ 1 •!Eo $ 75;c5VO KSP LBS Wall and Floodwall Per LB Oo 6395 8-14.5 530 Concrete Mow Strip $ 15 '� $ `t5�' KSP LN FT Pe rLF Boeing Secondary Levee&Floodwall/Hallock 11 June 19, 2012 Project Number 09-3009 SCHEDULE VI - STRUCTURAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6400 8-14.5 5,000 Scour Protection Slab $ 4 $ Zo,e>66 KSP SQ FT Per SF 6450 6-20.5 1 Sheet Piling - Removing $50,000.00* $50,000.00 KSP FORCE Obstructions or Construction Per FA ACCOUNT Modifications *Common price to all bidders 6460 6-20.5 1 Sheet Piling - Unexpected $12,000.00* $12,000.00 KSP FORCE Existing Utilities Per FA ACCOUNT *Common price to all bidders 0 Schedule VI Total $ ,44,019 5-0 Boeing Secondary Levee&FloodwaII/Haflock 12 June 19, 2012 Project Number 09-3009 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 00 7000 8-01.5 1 Seeding, Fertilizing, and $ 410 $ 4Cip0 ' KSP ACRE Mulching Per AC 7005 8-01.5 1,715 Filter Fabric Fence $ S•oe $ S7 j KSP LN FT Per LF ao 00 7015 8-01.5 6 Inlet Protection $ Z�— $ Zoo KSP EACH Per EA 7020 8-01.5 2,000 Straw Mulch $ •o'' $ ZfGd>o KSP SQ YDS Per SY 7025 8-01.5 21000 Clear Plastic Covering $ 3. $ (o KSP SQ YDS Per SY 7030 8-01.5 65 ESC Lead $ 4d• =- KSP HOURS Per HR D 7035 8-01.5 120 Street Cleaning $ 1Z0• WSDOT HOURS Per HR 7055 8-01.5 1 Temporary Erosion/Water $20,000.00* $20,000.00 WSDOT FORCE Pollution Control Per FA ACCOUNT *Common price to all bidders 7070 8-01.5 400 Straw Wattles $ & •dlpg> od $ Z,cF� `- WSDOT LN FT Per LF Boeing Secondary Levee &Floodwall/Hallock 13 June 19, 2012 Project Number 09-3009 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT coo 00 7075 8-01.5 100 Rock Check Dam $ 10 , — $ — WSDOT LN FT Per LF Schedule VII Total $ �o5-,.d2 Boeing Secondary Levee &Floodwall/Hallock 14 June 19, 2012 Project Number 09-3009 Jul, 3. 2012 10:05AM City of Kent No. 0283 P. 5/6 SCHEDULE VIII - PARK RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO, NO QUANTITY PRICE AMOUNT 8000 8-02.5 11 Tree Planting and Staking $ 3 So•C4$ KSP EACH Per EA 8005 8-02,5 640 Topsoil Type A $ 40, $ �lo� KSP CU YDS Per CY 8015 8-02.5 100 Bark or Wood Chip Mulch $ $ 1,6- • e'J WSDOT CU YDS Per CY 8030 8-03.5 1 Irrigation System $ Z5 OCO$ Z S,T/ KSP LUMP SUM Per LS 8040 8-32.5 1 Landscape island $ 1 Z,sCO 9 KSP LUMP SUM Per LS Schedule VITT Total Boeing Secondary LevAe&Floodwaii/Halloc* 15 July 3,2012 ftlect Number 09-3009 BID SUMMARY Schedule I 78 o f -5 3 f coo CFOSchedule V `J�J -d 0. Schedule VI l� 4Co0 4S0 Cp Schedule VII 4 Z 7l J Schedule VIII 5 D TOTAL BID AMOUNT .2 , A Boeing Secondary Levee&Floodwall/Hallock 16 June 19, 2012 Project Number 09-3009 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor In numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: Boeing Secondary Levee and Floodwall Project Number: 09-3009 Subcontractor Name None anticipated completing over 10% of the work. Item Numbers Subcontractor Name ri Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE Boeing Secondary Levee&FloodwaII/Haflock 17 June 19, 2012 Project Number 09-3009 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Quigg Bros., Inc. Project Name: Boeina Secondary Levee and Floodwall Project Number: 09-3009 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: N/A Plumbing Subcontractor Name: N/A Electrical Subcontractor Name: cop' rw, LC-04,6 'V'0 CA-t-&n G v&%4 7/10/2012 Signature of Bidder Date Boeing Secondary Levee&Floodwa I I/Hal lock 18 June 19, 2012 Project Number, 09-3009 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. Boeing Secondary Levee &FloodwallJHallock 19 June 19, 2012 Project Number 09-3009 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make Its determination of bidder responsibility based on the Information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the Information provided herein is true and sufficiently complete so as not to be mis e5fin SUBMITTED BY: NAME: Peter Ewen ADDRESS: PO Box 1707, Aberdeen, WA 98520 PRINCIPAL OFFICE: Quigg Bros., Inc. ADDRESS: Same as above PHONE: 360-533-1530 FAX: 360-532-3449 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. See attached 1.2 Provide your current state unified business identifier number. 144-002-313 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. See attached 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). See attached Boeing Secondary Levee&FloodwalI/Hal lock 20 June 19, 2012 Project Number 09-3009 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 57 Years 2.2 How many years has your organization been in business under its present business name? 13 2.2.1 Under what other or former names has your organization operated? Quigg Bros-Schermer, Inc.; Quigg Bros-McDonald Inc. 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 12/29/1954 2.3.2 State of incorporation: Washington 2.3.3 President's name: John Quigg 2.3.4 Vice-president's name(s): Patrick Quigg 2.3.5 Secretary's name: Matthew Zepeda 2.3.6 Treasurer's name: Matthew Zepeda 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: N/A 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: N/A 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: N/A 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. See attached. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. N/A 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Heavy Civil Construction, 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? No 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? Yes Boeing Secondary Levee&FloodwaIf/Hal lock 21 June 19, 2012 Project Number. 09-3009 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? No 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) No 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: $2oM 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: $25-35M per year 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: NC Machinery 425-251-6287, Pettit Oil Cc 360-532-7600 5.2 Bank References: Columbia Bank, James Miller,253-305-1934 5.3 Surety: 5.3.1 Name of bonding company: Traveler's Casualty & Surety of America 5.3.2 Name and address of agent: MCM-Bacic 1325 Fourth Ave , Ste 2100 6. FINANCING Seattle, WA 98520 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Boeing Secondary Levee&Floodwall/Hallock 22 June 19,2012 Project Number: 09-3009 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? Yes 7. SIGNATURE 7.1 Dated at this 10th day of July , 2012. Name of Organization: Quiqq Bros., Inc. By: Title: Project Manager 7.2 Peter Ewen , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this 10th day of July Notary Public: My Commission xplres: August 15, 2014 ( _ t Boeing Secondary Levee&Floodwall/Hallock 23 June 19, 2012 Project Number 09-3009 Department of Labor and Industries PO Box 44450 QUIGG SROS INC Olympia, WA 98504-4450 Reg:CC QUIGOBI022RT UBI. 144-002-313 Registered as provided by Law as: Construction Contractor (CCOi)-GE.N .RAL QUIGG BROS INC Effective Date 12/30/1998 PO BOX 1707 Expiration Date: 1/29/2014 ABERDEEN WA 985200281 i I Verify Workers Comp Premium Status - Employer Liability Certificate Page I of 1 Washington State Department of .� -i AP Employer Liability Labor and Industries Certificate Department of Labor and Industries Employer Liability Certificate Date: 07/10/2012 UBI #: 144 002 313 Legal Business Name: QUIGG BROTHERS INC Account #: 096,612-00 'Doing Business As' Name: QUIGG BROS INC Estimated Workers Reported: Quarter 1 of Year 2012 "51 to 75 Workers" (See Description Below) Workers' Comp Premium Status: Account is current. Firm has voluntarily reported and paid their premiums. Licensed Contractor? Yes License: QUIGGBI022RT Expire Date: 1/29/2014 Account Representative: Tl /JAN BENTLEY (360)902-4652 - Email: STR0235?�lni.wa.gov What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time tikorkers. Industrial Insurance Information FmployeiN iepoit and pay premiums each quarterbased on hours of employee work already performed. and are liable for premiums IOwnd later to be due. Industrial insurance accounts have no polio} periods, cancellation dates, limitations of coverage or waiver of subrogation (See RC'W 51.12.050 and -1� 16 190). https:Hfortress.wa.gov/lni/crpsi/AectlnfoPrint.aspx?Accountld=09661200&AceountManag... 7/10/2012 n, � = BUSINESS LICENSE sTArc OF •! WASHINGTON ' Unified Business ID •t 144 002 313 . i Domestic Profit Corporation Business ID Mkt 1 t Locationt 1 R Expires: 10-31-2012 QUIGG BROS. , INC. e QUIGG BROS. i 819 W STATE ST ABERDEEN WA 98520 0281 TAX REGISTRATION SCALE-LARGE (1) II INDUSTRIAL INSURANCE UNEMPLOYMENT INSURANCE fif MINOR WORK PERMI7 it CITY LICENSES/REGISTRATIONSt t OLYMPIA GENERAL BUSINESS " TUMWATER GENERAL BUSINESS r ; t DUTIES Of MINORS: Office paperwork, filing LICENSING RESTRICTIONS: A Minors employed in construction must be at least 16 years of eas. �> �4 WAC 296-125-033 (4) r (, s dp{[ Il a 4 I�ir 1 itY r f�i � . ! This document lists the registrations,endorsements,and licenses authonon for the lmess hot `! tf narnedar t3yauepungthisdoucment,thehcenseecerufiesihemformabnn on F 'A was complete,True,and accurate to the best of his or her knowledge,and that business will be _ it( conducted in compliance with all applicable W ishinglon state,county,and city regulations. i re t w,Uepartun w m Riwnu, i . ^sx'-•"-'•''- �.'�= --.`�,�.'-"�"._-Lark--„n---',-`^'^'.--°`.�.'- .,.R.rc-= -.-�....�r�-..�.,�p-••",•wl+�°:-..v+-•.-.n•w^mow.,;�'=...,..;�_u -<-r--,,.a,..-._-,_'�_� " ,•tfJy,_ ,•oa:ae%4.s ._.«-`' _ -r y-rs iz -¢�'x.i..a�_ . '�'ef'iaa.�n`�"i+w "'•..� ,.��.� .f___ a N i ti a M I k O L w „t = H T N � a1`4 0 Will ►i I Q N ry o GN� i � e Iw m u O u Z ttoA QM M w� H �Y HpQ�{tpQ�jJ� 5yn 1-W F Z I Quigg Bros., Inc City of Kent Boeing Secondary Levee and Floodwall 1.3 Employment Security Department No : 18177400 State Excise Tax Registration No . 144-002-313 Quigg Bros., Inc City of Kent Boeing Secondary Levee and Floodwail 1.4 Quigg Bros., Inc., 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). f John Q igg, Pr e Quigg Bros., Inc. City of Kent Boeing Secondary Levee and Hoodwail 3.1 Quigg Bros., Inc. is licensed in many jurisdictions throughout Western Washington. Quigg Bros., Inc.is licensed as a general construction contractor. 4.2.2 Current lawsuit: Waste Water Action plaintiff Quigg Bros , Inc defendant Waste Water Action filed suit against Quigg Bros., Inc in November, 2011 for higher than normal stormwater discharge levels of turbidity and copper from our Aberdeen yard location All stormwater discharge numbers were brought under control within 60 days of the suit being filed.The outcome of the suit favors Quigg Bros., Inc at this time. 4.4 Project Owner Hylebos Bridge City of Tacoma AGP Piling Ag Pro Inc Port Townsend Paper Harley Marine Triton Cattail Lake US Navy Muck Crk Bridge Pierce County T-4 Dolphin Repair Port of Grays Harbor Schuchart Harley Marine Office Harley Marine Barge Maintenance Facility King County Snoqualmie Falls Puget Sound Energy Eagle Harbor Slip E Washington Department of Transportation Ballard Bridge Seismic Retrofit City of Seattle Kalakala Mooring Dolphins Concrete Technology Duwamish Cleanup The Boeing Company Pier 7 Bollard Port of Tacoma Potosi Crk Bridge Department of Natural Resources Cushman Debris Tacoma Power Olympia Wagner Emergency Repairs City of Olympta Heron Island Maint Work Heron Island Owners Schnitzer Metal Retrieval Schnitzer Steel Ahtna USCOE Neah Bay Jetty Corps of Engineers Goodman Crk Bridge Department of Natural Resources SR6 Deck Overlay Washington Department of Transportation Russell Road Bridge City of Forks 4.5 % Complete Contract Date with Own Project Title Owner Amount Completed : Forces WSDOT Pe Ell Slide Repair WSDOT-Chehalis $2,796,000 May-08 75% WSDOT Walker Crk Bridge WSDOT - PA $2,086,000 May-09 75% GHPDA Turbine Bidg Mods GH PDA $3,897 000 May-09 80% WSDOT Purdy Crk Bridge WSDOT-Lacey $7,456,000 Jan-10 75% Mason Co BelfairTahuya Bridge Mason County $1,210,700 May-10 75% WSDOT ACME Pontoons WSDOT -Aberdeen $2,633,542 May-10 85% Thurston Co Independence Bridge Thurston County $2.099,000 Jun-10 85% USFS O'Brien Creek Bridge US Forest Service $1,551 835 Aug-10 80% PGH T-1 Pier Repairs Port of Grays Harbor $4 167 000 Sep-10 75% Mason Conservation Nalley Island Mason Conservation District $1,992,000 Oct-10 80% Lewis Co Chandler Rd Bridge Lewis County $2,845 000 Dec-10 75% WSDOT Simpson Ave Bridge WSDOT-Aberdeen $3,934,400 Jan-11 65% Pt of Tacoma Pier 7 Repairs Port of Tacoma $1,650,000 Oct-11 90% Hoquiam Lagoon Modifications City of Hoquiam $5,923,000 Oct-11 80% Olympia Percival Landing City of Olympia 58,064,934 Jan-12 65% Krtsap Cc Southworth Dr Kitsap County $1,965,000 Mar-12 75% Project Manager: Hans Breivik Mr Breivik has over 22 years experience in domestic and international engineering and construction. He excels at civil, industrial, infrastructure and security type construction He has also served in positions requiring expertise in developing and planning construction schedules, estimating, subcontract administration, document control and the supervision of direct hires and subcontractors. Purdy Creek Bridge Replacement, Washington State Department of Transportation (Mary Lou Nebergall 360-421-3420), Shelton, WA Hans was the Project Manager for the replacement of a 350 ft, multiple span pre-stressed concrete bridge on Hwy 101 Hans maintained the project schedule, managed subcontractors, developed cost estimates for change orders and negotiated with WSDOT. Through his training and experience, Hans maintained the erosion control BMPs in a highly sensitive wetland and conservation area as well as daily communication with WSDOT on traffic flows, constructability issues and value engineering proposals Foss Seaport Wharf Upgrades, Foss Waterway Development Authority (Su Dowie 253-597-8122), Tacoma, WA Hans was the Project Manager for the rehabilitation of a 100 year old grain warehouse on the Foss Waterway Hans managed the schedule, budget, subcontractors, change orders and procurement of materials for this very successful project Responsibilities also included design review, value engineering proposals, permit acquisition erosion control lead Hans dealt directly with Foss Waterway Development Authority the Design Engineer Architect and City of Tacoma in the renovation of this structure Tacoma Central Treatment Plant Upgrade, City of Tacoma, Tacoma, WA Hans was the Project Manager for Quigg Bros Inc and managed the direct hire crews for the civil excavation, shoring and large diameter pipe at the Tacoma Central Treatment Plant This was a design/build project between MWH and City of Tacoma. Hans managed the daily crews, developed protect schedules to be integrated in to the master schedule, coordinated work with a multitude of subcontractors on site, developed cost estimates and reviewed constructabddy designs with MWH Cardinal Float Glass Projects, Cardinal Glass (Bill Runion 828-693-4266), Winlock, WA Hans was the Protect Manager for the construction of a float glass facility including 500,000 CY of excavation and 6000 CY of concrete Hans maintained the project schedule, daily quantities budget and cost tracking and interfaced with the Engineer and Owners representative on a daily basis. Issaquah-Pine Lake Road Improvements. City of Sammamish, Issaquah, WA. Project Manager responsible for all subcontracts, purchase orders, field coordination, change orders and client relations Construction of a new roundabout and detour road on Issaquah-Pine Lake Road while maintaining traffic for school buses, fire trucks and the general public Hans' experience with traffic control, erosion control and attention to detail allowed for a smooth transition between the removal of the existing lanes and opening of the new roundabout South Mercer Island Pump Station, King County, Mercer Island, WA Project Manager responsible for all subcontracts, purchase orders, field coordination, project schedule, change orders and client relations. The project involved excavation, shoring, forming and concrete for the construction of an emergency generator building for King County Work also included the purchase and installation of a standby generator and controls The work was performed in a residential neighborhood where close coordination with residents and King County was involved North Bend Sewer System Rehabilitation — Phase 2, City of North Bend, North Bend WA Project Manager responsible for all subcontracts, project schedule, purchase orders, field coordination, change orders and client relations The project required approximately 5000 If of pipe bursting, replacement with HDPE pipe requiring in alley ways in North Bend Access to vehicular traffic and emergency vehicles was coordinated on a daily basis with the fire department and City of North Bend. Tie in of side sewers and location of all utilities was required. Hylebos Peninsula Mitigation Action. Port of Tacoma, Tacoma, WA Project Manager responsible for all subcontracts, purchase orders, field coordination, project schedule, change orders and client relations This project was a mitigation project for Port of Tacoma on the Hylebos Waterway The work involved excavation of contaminated soil on the peninsula, clearing and grubbing, placement of habitat vegetation and root wads. Port of Tacoma Road Grade Separation, Washington State Department of Transportation Tacoma, WA Hans was the Contract Manager responsible for the all subcontracts, interface with WSDOT, project schedule, change orders and client relations This project consisted of excavation drainage, traffic control, pile driving, concrete footings and columns, pre-stressed concrete girders and roadway over SR 509 and the construction of two box girder bridges over active railroad tracks This project also included approximately 26,000 CY of Geo-foam embankment Hans actively coordinated the subcontractors on this project as well as provided direct supervision of the installation of the Geo- foam New Office Building and Ambassador's Residence, United States Foreign Building Office, Cairo, Egypt Hans was a Civil Superintendent on the construction of an 8 story office building and Ambassador's Residence Responsibilities included supervision of direct hire labor forces for excavation, underground piping and all subcontractors totaling over 300 craft Hans was then promoted to Project Manager for the last year of the project including startup and testing of all mechanical and electrical systems Daily interaction with the State Department Foreign Building Office as well as U S Marines and Seabees was a requirement of the project As the project was an addition to an operating U S Embassy, communication and coordination with the Owner was both demanding and required patience and skill. PO Box 1707 Phone(360)533-1530 Aberdeen WA W520 Fax(350)532-3449 Jerry Ambrase Current Position Project Superintendent Education 1970 Montesano High School Montesano,WA Professional 1971 - 1979 Burnham Construction experience Carpenter/labover • 1-90 Denny Creek Bridge Snoqualmie Pass Summit -WSDOT ■ Humptulips River Bridge-Grays Harbor County • Chelan River Bridge-Chelan County 1979- Present Quigg Bros, Inc Aberdeen, WA Foreman • James O'Keefe Memorial Bridge Spokane WSDOT ■ Keys Road Bridge Chehalis River General Foreman-20+ Employees • Chehalis River Bridge Ramps-Foreman WSDOT • Deep River Bridge - WSDOT • Palix River Bridge- WSDOT • City of Bremerton Overwater Park Project Superintendent • Turner River Bncge -Grays Harbor County - $2,245,000 • Evers Bridge-Mason County - $1,910 000 • Geissler Bridge - Grays Harbor County -$1,165,000 • Steilaccom& Ketron Island Ferry Terminals - Pierce County -$5 210 000 • Mora Bridge - WSDOT -$2,248,000 • Nisqually River Bridge-Thurston County-$2,470,000 • Dosewallips River Bridge - WSDOT-$5,160,000 • Skokomish Estuary Restoration-Mason Conservation Dist -$1,330.000 • Percival Landing Rehabilitation-City of Olymoia-$8 750,000 ■ Foss Seaport Wharf Upgrades-Foss Waterway Dev Auth -$5,766,000 ■ Pier 7 Repairs- Port of Tacoma-$1,165,000 • Dock Reconfiguration-Port of Tacoma-$535,600 CONTACT FRANK SCHERER QUIGG BROS., INC. EQUIPMENT LIST UPDATED AS OF 3121112 Processing Equipment Model Serial Number Evcavators Model Serial Number 01.31 i Lt( Km Rap Sorter Ixislo 9551D I.i-5U1 U6 JD Mint Escavalor SOD FI O50Uh:4:l 3i4 01.312 071 hunJertnrd Crusher 38OLL6203 5 13-502 'I I JD)U Mini 6xcavalor 3D50D XFAU275M3 01.313 08 1 hunderbird Scalping'screen 6203rST 2609-08 13-504 '00 Case Backhoe 590SL JJ(i0285410 01-314 Eagle Fme M rLs krea 10610 13-505 '97 Case Uackhoe 580L J160235307 01-000 HIS Portable I 01.401 Thunderbird Screen Sx]63D 10082-2 11-711 99 Wrathi l ssasator CX550L(-5 17HP-0v7210 01.402 Wes Tax Conveyor 36"x 45' WS310 11.713 '00 1litudii kuasalor EX200 AMD 100270 01.403 Wes Ier.Convclor 30"v 5V WSl26 13-714 '01 Komatsu Excavator PC2281C-3 20805 01404 Wes lee Convenor 30"a 59 W5127 13.715 '04 komalsu Excavator PC3US1_1SLC-3 20068 01405 Wes rec Comesor 30"x 50' WS120 13-716 '05 Hitachi Fxcasaior 7X370 LC 340h6 W406 Wes tee Comeyor 30"x 50' WS132 13.717 '06 Hitachi 1-s4asalor ZX23OLC FFMAR3410244 01407 Peerless Radial Stacker 42"s 109 13-718 '07 Kornatsu Euanator PC138USI C-8 21522 01.408 '07 26 Yard Belt Feeder 20 Yard 13-719 '05 Cal Lxcavator 325 CL CKB11 01623 01.409 24's 10 Transfer Conveyor 13-720 97 Komatsu Log Shovel PC-300-HD-5 21528 01-110 08 20 Yard Belt Feeder 4213BFH EQU-01902 11-721 EX 1100 I litacht Excavator 01.411 H M Feeder 11.722 '10 160 Knmmtsu Fxcasstrw PCI60LC-8 25013 01-412 30' s 15 Transfer Comeyor 13.723 '04 450 John Deere Fxcusator 450 C LC FF450CX091582 01-507 07 Superior Conveyor 36 a 50 FQU-01871 Forklifts 1Iodel Serial Number 1-201 Hyster4-TonForklift 118OXL F005A042s4M Crawler Cranes I5.202 Cat 4-Ton forklift V80E 171iA891_6 08-303 66 American 40-Ton 399C GSI1450 15-300 Clara.9-1 on Forklift 1IY1425 (RY2W 08-304 '72 American 50-Ton 5299 GS16514 15-301 Hester 10-Ton Forklift H2O011S COWD01562E 09-306 '64 Lima 85-Tan t250 3427-10 15.302 Hsstcr7-lon Forklift laccy H135XL F000A3529K 09.324 '81 P&II 100-Ton 5100 51779 15-303 '01 Taylor IS-1 on Iorkiift ri 10300M 29542 09-325 '77 P&H 150-ron 515OR 43434 15.400 97 Skstrak 4.1on Forklift 8042 I RK7078 09.326 70 Manila"" 135-Ton SC-135 395043 15401 'DO Skstrak 4-Ton forklift 8042 11724 09-327 '82 P&H IOU-ion 5100 52140 15-402 '00 Skstrak 4-Ton I orkhft 8042 11926 U9-32S 02 Americarti Feres 110Ton HC 110 AC3899 15-403 '99 Skstrak 4-Ton forklift 8042 9281 09.329 '79 American 125-1on 9260 19436 15.404 '00 Skytrak 5-ran Forklifl 10054 11914 15.405 V)Skstrak 5-ton 1 orktill 10054 12069 15.406 'OS Skstmk 4-Ion Forklift 8042 160013267 Rough Terrain Cranes 11.101 7sP&II11%drtu11c20-Ton R200 37195 Loaders_ 1 I-103 '76 P&H lhdraulic 20-Ton R200 41989 17-401 96 Boheat Skid Steer M753 512725536 11-104 76 P&H Hndraulic 20-ion R200 41410 17402 95 Bohsat Sid Steer M833 512819962 11.105 86 P&H lhdrauha 22-ron Cemurs122 $3901 17-702 '96 Cat birder MT2817 3CL01842 11-106 It P&11 FhdmUhe 40 1 an Clmega 40 5D3D6 1&037 79 Cat 1 coder 980C 61XO1600 18-097 '93 Cat loader 97OF 9JK00162 I H-098 198 Cal D awder 980G 9CMO1441 I S-302 79 Cat Lauder 980C 61XOI267 I8-303 77 Cat Loader 966C 76J I 1 109 TruckCranes I8-304 91 Komatsu Loader WA500-IL A20674 11-100 1sP&H Hvdrouhc 75-Tan T750 41W t8.306 95 JD loader S44G 13W544D54 i544 11-301 77 P&H Conventional 90-Ton T790 43982 Motor Graders I9So_1 84Cat(aader 140G 72VO8706 i _ --STV4t1rt 19-s04 W 140Grader 140H AP%101()<)3 Crawler Tractors 2U-105 95(at Doter D4CXl 6Y101101 20-107 '03 JD Dozer JD7()OH T0700HX924635 20-303 81 Cat Ihvcr D6D 4X7247 20-304 '05 JD Dover w%Rippers JD950J TO850JX 115425 20-305 'D6 it)650Dozer JDf15OJ 706503X)10489 6xiflifli so Scrapers 22-150 '72 Cat Scraper 631C 67MO4449 22.151 72 Cat Scraper 631C 67MO4301 22.152 72 Cat Saiaper 631C 67M04300 9 27 AM SDRIVE/QBIEQUIPMENT/QBIMAINEQUIPLIST 1 7/10/2012 QUIGG BROS., INC. EQUIPMENT LIST UPDATED AS OF 3/21112 franc Barees M1lodel5ertjl Number Pickups Model Serial Number 25.501 Dredge Skookum 100 x 38 S 6 s 1-161 '90 Ford'Pressure Washer 1-450 LCASi0-1 25-620 Holland Barge 75 x 24 x 3 51.179 95 Ford 4S'eid truck F450 SEA 13543 51.192 '99 ford Mke Doll F150 40 XNB31755 51-1% 'WFord Shop F1504x4 YNB2t906 Work Barges 51.197 '001old (iibPoerson F1504S4 YNB21907 25-625 N ater Drier Barge 5S S 28 x 3 51-199 '00 Ford Chuck Fanrbaim F150 4x4 YCA87749 26.803 N ishkah 120 x 40 x 7 51-203 '01 Ford Marine Cre(s F 150 4x4 I KB37986 26-804 Aberdeen 122 x 32 x 8 8 51-205 '00 Ford Shop FI50 4x4 YCBI 1277 26-800 Montesano 125 x 34 x 9 51.206 '00 Ford Tim Rnngenberg F450 YEC39097 26.807 bhickmacicr Work Barge 01 24 x 12 x 3 51-207 '03 Ford Shop E350 4x4 1) 3FB85731 26-809 Muckmaster Work Barge 92 24 x 12 x 3 51-209 '03 1 ord Slop F150 4x4 3KB68459 26-809 Hoquiam Work Barge a I 24 x 12 x 3 51-210 '03 Ford Shop F150 4x4 3KB68460 26410 Hoqunam Work Barge#2 24x 12x 3 51.212 '03 Ford Mike Wallerstedt r2504x4 D 3EC03326 51-213 '03 Ford Joe Hughes F550 D 3ECO3327 51.214 '03 Ford Allen Smith F550 D 3FC0332K ITUlas 51-217 '051ord 1efT0ten F25040D 5EB73109 - 51-218 '05 Ford Scott Schoch F2504x4 D 5FB73110 27.104 Duetz 51.219 '05 Ford Pat Prankard F550 D 5EC29326 27-105 Boom Boat LiF Joey 51-220 '05 Ford Chris Swamck F350 D 5EC29327 27-106 Boom Boat Ld'Abbi 5 1-221 'OS Ford Ktle Raines F550 D 3LC37855 27-107 Boom Boa(Big Nike 51.222 '07 Ford Neil Quigg F-1504x4 7FA13290 27-902 Mary Margaret (85,000 Lbs) 266892 51.223 '07 Ford F-1504x4 7FA13291 27-904 Ironman (80 000 Lbs) S r-3000 50 x 13 51.224 '07 Ford Lacey Yard F-230 D 7EA68109 27-907 Tug Bern 70'x21'x 7 5' 51 225 '07 Ford Wayne Anderson F-250 4x4 D 7FA68107 51-226 '07 Ford Arnie Revnvaan F-250 4x4 D 7EA68108 51.227 '07 Ford I am Calkins F-3504x4 D 7EA68110 ,Work Boats&Trailers 51-228 '07 Ford John Davis F-350 40 D 7CA68111 28.70� Barr 24 R 51.229 '07 Ford Shop%vdump F-550 D 7EB39829 28-706 lull\ 51-230 '07 Ford Weld Shop F-5501) 7LB39830 28-707 Tug Mac I railer CUDCAB 51.232 '03 Ford I lagging Trk F-350 G 3EC61768 28-708 Fr I oader Boat Trailer 25846 SI.233 '08 Ford Lewis McClendon F-350 SDA06097 28-709 Bari Boat)railer 51.234 '08 Ford Jim Hannah F-150 8F A40140 28.710 Sea Monkey 51-235 'OS Ford Matt 7epeda F-150 8FA40141 28.711 Sea Monkey 3 railer AK35540 51-236 108 Ford Charlie Quigg F-150 BFA40142 28-712 Grizzly 14'x 7 x 2'6" 51-237 '08 Ford Peter Ewen F-150 81-A40143 51-238 '08 Ford Dan Wolf F-250 8FD64014 51.239 '08 Ford F-250 8LC93825 Pile Driving Lqui14ment 51.240 '08 Ford Andrew Pratt F-250 8EC93826 31-202 Yulean a I Pde i lammer 2241 GI1500 51.241 '08 Ford George N dliamson F-250 8EC97878 31.203 `Vulcan if I Pile I lammer 17624 5 1-242 '08 Ford Shop F-550 8E03830 32-101 APE 150 Vihro hammer 150 931229 51-243 '09 Ford Shop F-550 8E-C93829 32-102 APE 150 Power Unit 325 941121 51-244 '08lord Shop 1--550 8FC91829 32-103 ICE Pile Hammer IOODPAFKO 107 51.245 OS Ford Mikes Kinsey F-550 5EC 18563 32-104 APE 2001 Vibro14ammer V200T 1001209 51.246 06Che% Company Use Only 6-1500 27751 32.105 APE 70O Power Unit 700 095 51.247 '95 Ford Crew Van WWO SBA40169 51-248 '10 Ford I im Quigg F-150 AFC78906 51-249 '11 Ford JohnQutgg Expedition tmij1.Isoni-32570 Pile Leads 51-250 '09 Ford Patrick Quigg F-150 91-B01108 35.100 8'.S 20 Swing Leads S I.251 12 Ford Frank Scherer F-250 CLA44436 31.103 8 x 21.1/2 Burnham Leads 51-252 '12 Ford Jem lmbmse F-250 C'EA44940 35-104 Nick Dram i eads 51.253 '12 Ford John Bergeson F-250 CEA44937 35-105 Fling Leads 51 254 '12 Ford Fnk I[egg F-250 CEA44938 35-106 8 x 20 1 iced I cads 51.255 '12 Ford Dan Smith 17-250 CFA44939 35.107 8 x 321CF Leads 51-256 '12 Ford Peter Fsven F-150 C KD06632 35.108 8 x 26 Ssung I cads 51.257 '12 F ord Matt Zcpeda F-150 C KD0663 3 35-109 A&B lldrauhe Leads 51-258 '12 Ford Brian 12ocke5 F-150 CKDO6634 35.110 8 x 21 APL Lead,(94 feet) 51-259 12 Ford Jack I Lkland F-150 CKD15113 51-260 '12 Ford Crew Van E-350 BDA67399 Pile Accessories 36-507 Parallelogram Spotter 36-M Telescopic Sponcr 36.502 Kamb lcks opiu Spotter 2 927AM SDRIVE/QBIEQUIPMENT/QBIMAINEQUIPLIST 7110;2012 QUIGG BROS., INC. EQUIPMENT LIST UPDATED AS OF 3121112 ILr-U-C-4 Model Serial Number Tra ler5_Jcont. Model Serial Number i3-+IS '94 kenworth Nmp Truck 1800 619262 i'-808 '(W I'tilu: Iratler Patrick FV,'824S 53.519 '94 kenworth IAunp Truck T800 619263 57-809 '02 D-CO I ill I railer DC-30T 23011 53-522 '97kemvorthDunip'fniek T800 739680 57-810 '05 Olympic Fill Trailer OM-30fD1-3 T997535 $3.523 '97 Kcnwonh Dump Truck T800 739681 57-81 f '07 Smith Co Side Dump 53 1,476350 53-524 '97 kemwrth Dump T ruck 1`800 739682 57-900 '89 General Lowooy B/W A008062 53-525 '00 kenworth Dump I ruck T800 864771 57.901 '89 General LB Jeep BM A008064 53-526 '00 Kenworih Dump Truck T800 864772 57-902 '69 General Booster B/W A008063 53-527 '00 Kenwonh Tractor T800 864773 58.100 '7 7 I ratio, i railer 770B 161 53.528 '07 kenworth Dump Truck 1800 212558 58-101 '76 Iradco Trader 760B266 53-529 '07 Kemvorth Dump Truck 1800 212559 58-102 '77 Trailco l railer FW816S 53-530 '07 kemvonh Dump Truck 1900 211502 58-103 '79 Tradco trader 7903140 53-531 '07 Kemiorht Dump 1 ruck r800 211503 58 H 1 I;aH Trarkr %1014a 4&v 3) 53-532 '07kcnworihDumpTruck T800 211504 aS-112 OlTicelra&r bf4405 688-121 54.00 International I ube Irack 4290 58.113 95 evergreen Office Trailer 395.116 54-202 '07 Kenworth Service I rue k T300 M205449 58-114 '01 Mobil OttiLe 1 railer 10 x 40 05122 55-206 '00 Kenwonh w/10-T Boom W900 828238 58-115 '96 Nomad 28' 1 ravel I ratle 2740 TD000604 55-400 '91 Kenworth l mctor W900 823101 58 7+14 444P4Tk,*' 1-filleF Out 01 40IFY109 0044836 55.401 '07kenworthIraetor ISIC 213684 67-003 73 Beall Navertrader 8000GALLOv 1S487373 67.122 '97 TruckweW Trader PTERS-3 109440 55-729 '99Kemiorth Iractor 1801) .1, 826281 67.123 '97Truckweld trader PTERS-3 109450 5 wM 07.124 '97 fruckwcld Frwler PTERS-3 109460 67.125 '00Truckweld Iratler TSSCPT4 12458 55.732 '01 kern+orih Inmor 1800 "„,.si_ 982519 67-126 'W fruckwcld Trader 1SSCPT-4 12457 56.102 '82 Ford Water Iruck LN'8000 A33784 67-128 '04 Fruckweld Frader PSBrl-17 5 04059 56405 '86 1 ord Water I ruck L\8000 A19986 67.129 '04 l ruck%kOd l railer PSBBT-16 6 04060 �_ 9 Trailers 6 57-101 '73 Fruehauf 479009 6 -_ tnti/t 57-102 '76Fruehauf 366616 67-228 07 lruCl.wcld Iratler Ix3NhIlen u60032 57-103 '64 40'Hotbed Trlr TAP1848 67.229 '077ruckweldrrader Ix3Millen 060033 57.104 '69Brovvn'40flailredTrlr 9t424C 67.230 '071ruckwetdTrailer TO Millen U60034 57-103 '81 Fruchaut 45'Flatbed Trlr 92814 07.231 '07 rruckweld trader 10 Millen 060035 57-106 '90 Tradmobde 47'Flatbed Fit 1123 67.232 '07 Truckwetd Trader Ix3 Millen 060036 57407 '85 Fruehauf 45'l Imbed 1 rlr 131005 67-859 '75 C'Iough Water I railer 5400 1336 51-108 '96 Fontaine 49'Flatbed Trader 48'x 102" Ti 573 732 67-868 '56 Fruehauf Pull Trader Pull Trader J22523 57-109 '96 1 ontame 48'Flathed Trir 48'x 102" T1573765 67-869 '59 Fruehauf Pull Trailer C40513 57.110 '87 Great Dane 43'Flatbed I rl GP 245 JM02050 1 67.870 '87 Pull 1 railer Pull Tinder WA78116704 574 11 '991C'53'1 lalbed 000072 67.872 '56 Pull Trader 1 Wi174 DAI 1043 57-I12 '04 1 odekme;3 Fluibed Trlr LodtKmg 1071305-F 68-106 '74 I W Dump Iratler T W5574 A5524 57.285 S,'A Converter Dullev 68-107 '75 Fruehauf!la}rack FRIA 593701 57.286 80 Trailmobile 27'Job Trader Traihnobde 27'x 96" 68.108 '74 Sleco Dump I railer 722741429 57-287 '80 riaihnoblm 27'Job Trailer Tradmobde 27 x 96" 68.109 '91 Travi Duntp'Irailer 3M1247426 57.288 30'Allov Joh Site Trader 860436 68-110 '84 CML Duinp I railer End Dump 6D 11,0303 57-289 '71 Fruehauf 26'Job Frader Van MEN2421 t6 68-1 It '89 C41L Dump I railer End Dump 61111%9795 57-300 '61 I ruchaut 40'-53 Stretch FWI 218004 68-1 12 '90 Fravi,Dump trailer F ad Dump 4.1249295 57.301 '86 A ct 48'-70'Stretch 17489 57.302 '75 Fruehauf 43'S/Drop Trl PBJ243 694604 57-303 '89 Gencral Jccp DAJ607 8101 Buckets Model Serial Number 57.304 '89 General 80-1 on Lowboy T1M608 8102 72.105 Fine 1 ih Yard Clam 57-305 '84 General Booster DAB608 8103 72-109 Yaun 21h Yard Clam 57-306 '95 General',/A Fri Booster 3AWBS 9002 72.112 Lne I Yard(lam 57-308 '00 General 55-Ion 1 owltov TAM-686 8005 72.113 Williams 1 Yard Clam HDS 8253 57-309 '9', Fruehauf 48'w'Drop TRL 040109 72.114 Lsco 2 Yard Clam C5-21 10 $7400 '01 Biglcv trader 8 x 16 E33115 72.701 <ot.LRo,u.rreux,GRAPPLE AGR-54-8I 1010-74 57-802 '12 PJ trader(ID 10) T6202-20 ( 1166821 72.801 Owens 3 Yard Rehndl Clam WR2 57.803 '91 \'W Uuhty Trfr UTILITY 1 RL 001258 72-807 L-ric 2 Yard Rehndl Clam SCX466 57-804 '95 lreeoav trader 10622 123474 72-809 Ovven 2 Yard Rehndl Clam 19677 57.805 Shop Built I railer Vail 73-675 Eric 2 Yard Drag ABIXE 31609 57-806 '07 Top Notch 8 x 18 R506389 73-676 Pettibone 2 C uhic Yard Clam 49442 57-807 '17 Tradmobde Trader S92499 73-677 1 lenderx 3'1.,Yard Drag Bucket E3168-200 3 9 27 AM SDRIVE/QBIEQUIPMENT/QBIMAINEQUIPLIST 7/10/2012 QUIGG BROS., INC. EQUIPMENT LIST UPDATED AS OF 3/21/12 Ali Conipressors, Portable 9D-101 Cornell 6"let Pump 15--200 IR 185Compressur J85WJD 5719108708 90.102 Peerless 6"Jet Pump STU,I1 313183 75-201 IR 183 Compressor PI8;C 14JD 237147 90-500 Worthington 6"Pump B0753 1 19 10 75.202 Atla+Copes 185 Comp XAS90 975134 75-SO4 Suliisan 7504-umptessor D 7SOQ7C'A 560233 75.305 '99 Sullnan 210 Compressor 5DO25884 D2IOg6 Welding Machines 9j•100 v9 M cat Miller Welder Bob 225D KK067834 95-101 '96 Miller Welder Bobcat 225G KG 131870 Compaction Equipment 95-102 '98 Miller"cider Trailblazer 25OG JJ495065 78.200 f locpa Plan Compactor 9700 373 91.103 '00%tiller Welder 51-175 Bobcat 225G LA127565 78-201 Indeco Plate Compactor IHC200 20006 95.104 '06 Miller Welder Trailblazer 302D LGO41511 78-900 '97 Sakai Roller SV500D 10314 95-I05 '06 Miller Welder Trailblazer 302D LG041513 '8-802 '04 DsnaPa�Roller 202D 67;20320 95.106 '06 Stiller W cider Trailblazer 302D LGO49638 78-803 DynaPac Roller CA 362 D '2421095 95-107 '06 Miller Welder Bobcat 25OG LE455932 78.804 '94 Rosco Sweeper RB49 R1133452 95-207 10 Miller Wire Feeder X-treme 12VS A210492A 78.805 V;I lgm Broom Bear Broom Bear II1,102470 95-208 10 Miller"ire Feeder X-treme 12 VS A2104%k 95-801 '07 Miller Welder L6099169 C9nc a Equipment 95402 '85 Miller Welder Airpack 400DD JE7;;919 81.600 Bidwcil Finisher BR-101 BR79360.2 9;-804 '90 Miller W elder I illman Airpack 40ODD KA816999 8I.6U1 Fuushmg Bridge 95-805 '95 Miller 1\elder Big Blue251D KL659176 95-806 '99 Miller\\Lldcr Hughes Big Blue2SiD KKO63548 95-807 '99 Miller Weider Big Blue 251D KK063549 lGeneratots 95-808 '99 Miller Welder Big Blue 300D KK235157 83.010 Cut 205 KW Gen Set 7W9760 85706581 95.809 '99 Miller Welder BIG 401) JF894152 83.201 Oserlowc Gen Set 7KWG F4A4D( 761135 95-910 '02 Miller Welder Bobcat 2;ON I LCO73495 83.202 0%ertowe Gen Set 7KWG F4A4DC 761137 93.811 '02 Miller Welder Bobcat 25ON rG LB329891 83.204 IR Light Tower 8 KW L84MH 261903UAG828 95-812 Lincoln-Welder Kmsey Ranger 9 t 1 930704 3 1} 83.207 GMiLMA 30 KW'Gen 4271.410 45-813 Lmcoln-Welda W'P250 AI 163553 83-208 '01 Allmand Light Tower 9806NI P-12 95-814 '10 Miller Welder Trailblazer 302D MA250026M 83-209 '01 Allmand Licht Tower 9902NI 11-69 95-815 '10 Miller Welder Irailblazer 302D MA250016\1 83-210 VO Allmand I ight rower 005NLOP07 95-816 '10 Miller Welder rrailblazer 302 MA31007041 83-21 I '02 Allmand I tght Tower PRO02 0481PIZO02 ');-817 '10 Miller Welder MA270044M 83.212 '02 Allmand Light tower PRO02 0484PI4002 95.900 '03 Miller Welder XM1304 LJJ1101891 93.213 '00 Magautu I fight Tower 40601•MH YB001102 95-901 08 Miller Welder MA7.STARISOS LJ130151N 93.214 06 Ma@nuni I fight Tower ML131160 MWl H 057694 9;-902 '08 Miller Welder Mdlcrumu�180 83-215 06 Magnum l ight Tower ILI4060 MM H 000466 83-300 GM/LMA20 KW Gen 3166-008 A79084AJ Special Equipment Model Serial Number 83.301 Cat 100 KW Gen Set 3304 4B 13419 98-400 108 1 ands Pressure Washer SLR6 32824t 161830 83-303 GM/1 ima 50 KW Gen 98-401 Ldwards Fire I railer TSD25 I SD4I45829LR 83-304 '04 MQ Power 25 KW Gen Trl DCA2;USI 8100769 98-402 Cloud Curtain Burnu 83.305 MQ Power 60 KW Gen 3610807 3615 771 98.500 KAMB 130'Launcher 130 83-306 '06 MQ Power 25 KW Getz DCA255512C 377573-17007 98-503 Offset DtsaCottonuu xl 8 Ft 1877 83-309 MQ Power 60 K W Gen I rl DCA60SS1 3616566 98-600 Line Winder A&B 26 X 40 83-310 Skookum Pit Gen Set 30K W M350074 956160A 99-601 Kent I lydraulic Breaker KHB 15G2 3190 83.311 Perkins IOOK\\ Gen i(ov,m UC127401 J93059-780 98-602 Cydc triple Drum(Barge Ab) 13748 83-312 MQ 125 KW Generator DCA125SS 7500852 98-700 35'Mantle Portable Scales 1001 24035 IOPV W 904%RGF SkOokt n0 8 98-701 CP 100 LaBount) Puheusar CP-100 83400 Cat 135KW Gen 88D173% 98-702 60'Jewcll HNdr Grapple 83-401 07 Cat SOOKW Generator 50OKW 98-703 90'Cardinal Scale 1001 hsg 3535 100PSP 51288 99.704 Bedding Bo\16raxel Skiff GG 550iBH4 W98091392 99.705 70 Skookum Quarry Scales Pumps Model Serial Number 98-706 HydrauhcDrill A&B 87.306 Baines 6"Pump 6SP90D 555491 175R1 IG36A 98-707 Sweepster sweeper 87.500 Stang 10"Pump 6;484 9N-708 Eniuncs 1 rench Box 820HDXLDF 108307 87-501 Cent 6"Pump C'1 FP07591J 98-709 GMLManhole Box M8HD\1 W989(181223 87-502 Cent 6"Pump CITP07591H 98-710 MdwaukieCoring Drill 40(j6Mil 799CIOI116012 87-503 Cent 6"Pump CITPO7591B 98.711 low-reinHsd Clam Reu1036 AGC1014 88-300 Gnnde\4' Punip 3121 1179% 98-712 90'Pac;tic I nick Scale% 90104.100 88.301 Flygt 6"Sub Pump 215101 64077 88-302 Fltgt4"Sub Pump 2102 950821 88-303 Flygt T'Sub Pump 3102 18 8670043 98-715 C ipauu) 'i aril Goat 143900 030494-3 4 9 27 AM SORIVE/QBIEQUIPMENT/QBIMAINEQUIPMENTLIST 7/1 012 0 1 2 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within one hundred (100) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s 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: 7/10/2012 Quigq Bros , Inc NA B Signature Peter Ewen. Project Manager (Print Name and Title) PO Box 1707 Address Aberdeen, WA 98520 Boeing Secondary Levee&Fioodwall/Hallock 24 June 19, 2012 Project Number. 09-3009 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, 4uigg 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 (") of the total bid amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, Jointly and severally, by these presents The condition of this obligation is such that if the Obligee shall make any award to the Principal for Boeing Secondary Levee and Floodwall/Project Number: 09-3009 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in 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 etn DAY OF July _ 2012. zNCIPAL Travelers Casualty and Surety Company of America SUF?E-1-Y Brian Daniels, attorney-ln-£act 2 Received return of deposit in the sum of $ Boeing Secondary Levee& Floodwall/Hal lock 25 June 20, 2012 Project Number. 09-3009 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 U ire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insuram,e Company Attorney-In Fact No. 223236 Certificate No 004793835 KNOW ALL MEN BY THESE PRESENTS That St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company and St Paul Meicury Insurance Company are corpoiation,duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Traveler,Casualty and Surety Company,and Travelers Casualty and Suieiy 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 FidLlttN and Guaranty InsurancL 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 Donald W Bacic,Kathleen Maria Moss,Marilyn Larson, Brian Daniels,and Brian O'Neil of the City of Seattle, ,State of Washington ,their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or perimtted in any actions or proceedings allowed by law d a � IN WITNESS WHEREOF,the CompapyCls have caused this instrument to be signed and theft corporate seals to be hereto affixed,this 28tr1 day of arc Lll L s Farmington Casualty Comply - `r A^�� 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 �SU AE ,N SVA,yh 6Jp�lY 4NO®4 ���ihY� Y� L Hs\\l! o e 4 �S C1n7a4trD m a Eox vaRl rF y cOPiORA lE yF�J :ego 7977 g a�o j z -._ m HNatroao (a+arom 9 < 0p 5 a; d� 1951 SegL SEAL N 1�a 7 ��9�A�� State of Connecticut By City of Hartford ss Georg Thompson, error ice President 28th March 2012 On this the day of , before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Faimington 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, and that he,as such,being authorized so to do, executed the foiegoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer p,TlT _ e' �' In Witness Whereof,I hereunto set my hand and official seal '� � �W w+ l. . My Commission expires the 30th day of June,2016 Narie C Tevcault Notary Public 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 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-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company s name and seal with the Company's seal bonds,reeogmzances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may iemove 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 theieof 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 of any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed tunder seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or h,r certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED,that the signature of each of the following officers President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President, any Secretary,any Assistant Secretary, and the seal of the Company may be attired 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 Amenca,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked N IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this �N-' day of 20 Z Kevin E Hughes,Assistant Secigiary (Ntoovll tOg b�o�r•c8t�2�lt��.an nO 1'�'97��7 "'^19T,5^N1I tY M0.E 6 y'p jC�Cf�OS1'PME FOAI HN��LS�V tN-�o S^!f i 'n�+S s Ey,AAV L l — ATfAy dM1�ea1°O^�3`` :;O�`�OHAA�cflioTV FHNOHNa Qa+P`°r9o"t (7" 1 0 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 Attomey-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 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 Boeing Secondary Levee and Floodwall Project Number: 09-3009 NAME OF PROJECT Quigg Bros , Inc NAME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER Subscribed and swor_` me this 10th day of July . 2012. ti � ► : tary Public in and for the State of ashington, residing at Aberdeen, WA w' Boeing Secondary Levee&Floodwa 26 June 19, 2012 Project Number 09-3009 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................❑ Tableof Contents Sheet.......................................................................❑ Invitation to Bid...................................................................................❑ Contractor Compliance Statement........................................................❑ Date............................................................................................❑ Have/have not acknowledgment ................................................❑ Signature and address ................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Datedand signed ........................................................................❑ Administrative Policy ...........................................................................❑ Proposal...............................................................................................❑ First line of proposal - filled in ...................................................❑ Unitprices are correct ................................................................❑ 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 ............................................................❑ Powerof Attorney................................................. ................❑ (Amount of bid bond shall equal 50/6 of the total bid amount) Non-Collusion Affidavit ........................................................................❑ Signed, dated and notarized .......................................................❑ Bidder's Checklist ................................................................................❑ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and his surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Boeing Secondary Levee&Floodwall/Hallock 27 June 19, 2012 Project Number. 09-3009 Bond Number- 105788281 /� PAYMENT AND PERFORMANCE BOND *K T TO CITY OF KENT W i.Y". kU41 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, 4uigg 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 $ 2,65S, 566 63 , 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 Boeing Secondary Levee and Floodwall/Project Number: 09-3009 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. Boeing Secondary levee& Floodwail/Hal lock 28 June 20, 2012 Project Number: 09-3009 TWO WITNESSES: Quigg Bros. , Inc. PRINCIPAL (enter principal's name above) BY: OkO� TITLE: DATE: 71Z&,AZ0(2 DATE: _ Zg&/? ) L Z CORPORATE SEAL: PR NTT NAME -- Travelers Casualty and Surety Company DATE: of America SURETY CORPORATE SEAL: BY: � / DATE: 7/30/2012 TITLE: Marilyn Larson, Attorney-In-Fact ADDRESS: 1325 Fourth Ave, Suite 2100 Seattle, WA 98101 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretallof the Corporation named as Principal in the within Bond; that C r Who signed the said bond on behalf of the Principal Of the said Corporation; that I know his signature thereto is genuine, and thal said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. ECRETARY OR AS-SIST�111^ECRETARY Boeing Secondary Levee&Floodwall/HaHock 29 June 20, 2012 Project Number. 09-3009 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ,61k 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. 223236 Certificate No 004793845 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 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 AmCrILd 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 Donald W Bacic,Kathleen Maria Moss,Marilyn Larson, Brian Daniels,and Brian O'Neil of the City of Seattle ,State of Washington ,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 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 ° ,0 28th IN WITNESS WHEREOF,the Compq els Have caused this instrument to be signed and their corporate seals to be hereto affixed this day of March Z Farmington Casualty Coritpdn St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casually 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 r ensv�vr (INE c�'P/.LO L�OS�P%EP`OA�.X y�TLl4r9?1�om r rI ii2us 4 J pc SOyAX T-V,sO.AsR_9v Lg!Fq uI�n:: a¢p�H,A.�ciRTav FnAOxfl oD P�9eio� ®R411 MtlpgYq® N 1896 State of Connecticut By City of Hartford ss Georg V Thompson, error ice President 28th March 2012 On this the day of , 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 Foe and Marine Insurance Company St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America and United States Fidelity and Guaranty Company, and that he as such,being authorized so to do', executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer Got= In Witness Whereof,I hereunto set my h�pd�id official seal My Commission expires the 30th day ofTune 016 Mai ie C Tetre4uh,Notary Public 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 Dncctors 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 Attomeys-in-Fact and Agents to act for and on behalf of the Company and may gtve such appointee such authority as his or her certifiwtc of authority may prescribe to sign with the Company's name and seal with the Company s seal bonds,recogmzances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Semor 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 tiled 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 V ice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED that the signature of each of the following officers President,any Executive Vice President,any Senior Vice President any Vice President, any Assistant Vice President, any Secretary,any Assistant Secretary,and the seal of the(ompany 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 undeistanding 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 Surely Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certtty 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 Companies this d-S 1 V`day of 7,, 20)a- O 'Z Kevin E Hughes,Assistant Sec tary pnst,�vJ` Y ',f\�F b4,' \�M iNf4 ea•'"s"q�., ap`ly axo � iY,yy a a Y977 g s --- w namwRo = O � dr y9J�� y a ��SE AL of lie SBRL 3` W CONn o Cowi R m t�96 To verify the authenticity of this Power of Attorney call 1-800-421-3880 or contact us at www travelersbond com Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CONTRACT THIS AGREEMENT, made in triplicate, is entered Into between the CITY OF KENT, a Washington municipal corporation ("City"), and % c gr, f y� organized under the laws of the State of o located and doing business at PD l5a ie 1, 70-7A r W '> U ("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: Boeing Secondary Levee and Floodwall/Project Number: 09-3009 in accordance with and as described in the Contract Documents and shall perform any alterations in or additions to the work provided under the Contract Documents and every part thereof. The Contract Documents shall include all project specifications, provisions, and plans; the City's general and special conditions; the 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, 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 fifty (+"150) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract Documents and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract Documents and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract Documents. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. Boeing secondary Levee & Floodwall/Hallock 30 July 6, 2012 Project Number 09-3009 5. Contractor shall defend, Indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, Including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. Boeing Secondary Levee & Floodwall/Hallock 31 June 20, 2012 Pro]ect Number 09-3009 CITY OF KENT BY: E OOK , AY MOR ATTEST* BRENDA JACOBER, CI LERK APPR/O,V,EAD AS TO FVRPT t/�/"�- (,;kot� KE LAW DEPARTMENT CONTRACTOR BY: PRINT NAME: G r Q, TITLE: Q U-o���i- � Vt a u P r DATE:/ Z (b /ZO IZ Boeing Secondary Levee & Floodwall/Hallock 32 June 20, 2012 Project Number: 09-3009 ® DATE(MM/DDfMY) AFRO CERTIFICATE OF LIABILITY INSURANCE 07/26/2012 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 policy(ies) 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 WA#712152 1-206-343-2323 CONTACT NAME _ Bacic Group, LLC dba MCM-BACIC PHONE FAX Bacic Pacific Insurance Services, LLC RDF82099 IA[CNo Exb1 _ A/C No 1325 Fourth Avenue, Suite 2100 E-MAIL ADDRESS Seattle, WA 98101 _ INSURERIS)AFFORDING COVERAGE NAIL# INSURERA TRAVELERS IND CO_ _ 25658 INSURED INSURER Travelers Ind Cc 25658 Quigg Bros., Inc. INSURERC NAVIGATORS INS CO 42307 P.O. BOX 1707 INSURERD INSURER E Aberdeen , WA 98520 INSURER F COVERAGES CERTIFICATE NUMBER: 28440122 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 AI SUB POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE POLICY NUMBER MMIDDIYYYY MMIDDIVYYY A GENERAL LIABILITY X X DTC0526D9101INDII 12/31/1 12/31/12_EACHOCCURRENCE $ 1,000,000 R DAMAGE TORENTED 300,000 COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ X MED EXP(Any one person) $ 5,090 CLAIMS-MADE � OCCUR _ -- X WA Stop Gap PERSONAL B ADV INJURY $ 11000,000 X Deductible $2,500 PD GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS COMPIOP AGG $ 2,000,000 POLICY X PRO LOC jECT B AUTOMOBILE LIABILITY X X DT810526D9101IND11 COMBINED SINGLELIMIT 1,000,000 �_ E1 _ X, ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per acadent) $ AUTOS AUTOS — NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Peraccideal X Comp $1000 X Coll $1000 1 1 1 $ C UMBRELLA LIAB X_ OCCUR SE11EXC702319IV I 12/31/11 12/31/12 EACH OCCURRENCE $ 2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 2,000,000 DED I RETENTION$ $ WORKERS COMPENSATION IWC STATJ- I IOTH- AND EMPLOYERS LIABILITY T RY YIN ANY PROPRIETOR/EXCLUDED? RIEXECUTIVE❑ NIA E L EACH ACCIDENT $ _ (Man EWMEMBER EXCLUDED? (Mandatory in NH) E L DISEASE-EA EMPLOYE '$ If yes descnbe under E L DISEASE POLICY LIMIT $ DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,It more space Is required) Boeing Secondary Levee and Floodwall Project No, 09-3009 Per the attached the following are included as additional insuredra: City of Kent This insurance is primary a non-contributory with a waiver of subrogation per the attached endorsements. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Public Works Department ACCORDANCE WITH THE POLICY PROVISIONS Timothy J LaPorte, P E 400 West GOwe AUTHORIZED REPRESENTATIVE jV� r� �� Kent, WA 98032 W / ' "AA:+�-/ USA ©1988-2010 ACORD CORPORATION All rights reserved ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD robertatansey 28440122 DT810526D9101IND11 / CA T3 53 06 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by the endorsement GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement The following listing is a general coverage description only Limitations and exclusions may apply to these coverages Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE—INCREASED LIMIT B. BLANKET ADDITIONAL INSURED I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES —INCREASED LIMIT C. EMPLOYEE HIRED AUTO J. PERSONAL EFFECTS D. EMPLOYEES AS INSURED K. AIRBAGS E. SUPPLEMENTARY PAYMENTS — INCREASED L. NOTICE AND KNOWLEDGE OF ACCIDENT LIMITS OR LOSS F. HIRED AUTO — LIMITED WORLDWIDE M. BLANKET WAIVER OF SUBROGATION COVERAGE—INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE—GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION 11 — LIABILITY COVERAGE Any organization you newly acquire or form during the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II — LIABILITY COVERAGE JAny person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies'as an "insured"under the Who Is An Insured provision contained in Section II C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — LIABILITY COVERAGE An "employee" of yours is an 'insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV — BUSINESS AUTO CONDITIONS b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own (1) Any covered "auto"you lease, hire, rent or borrow, and (2) Any covered "auto" hired or rented by your"employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto" D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — LIABILITY COVERAGE Any "employee" of yours is an "insured"while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs E. SUPPLEMENTARY PAYMENTS—INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION I[—LIABILITY COVERAGE- (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident"we cover We do not have to furnish these bonds 2. The following replaces Paragraph A.2.a (4), of SECTION II—LIABILITY COVERAGE (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to$500 a day because of time off from work F. HIRED AUTO—LIMITED WORLDWIDE COVERAGE— INDEMNITY BASIS The following replaces Subparagraph e. in Paragraph B.7., Policy Term, Coverage Territory, of SECTION IV—BUSINESS AUTO CONDITIONS e. Anywhere in the world, except any country or jurisdiction while any trade sanction, embargo, or similar regulation imposed by the United States of America applies to and prohibits the transaction of business with or within such country or jurisdiction, for Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your"employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households (1) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada (a) You must arrange to defend the "insured" against, and investigate or settle any such claim or"suit"and keep us advised of all proceedings and actions (b) Neither you nor any other involved "insured" will make any settlement without our consent (c) We may, at our discretion, participate in defending the "insured" against, or in the settlement of any claim or"suit' (d) We will reimburse the"insured" (i) For sums that the "insured", legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "insured" pays with our consent, but only up to the limit described in Paragraph C , Limit Of Insurance, of SECTION II—LIABILITY COVERAGE, (if) For the reasonable expenses incurred with our consent for your investigation of such claims and your defense of the 'insured" against any such "suit', but only up to and included within the limit described in Paragraph C., Limit Of Insurance, of SECTION II — LIABILITY COVERAGE, and not in addition to such limit Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses (2) This insurance is excess over any valid and collectible other insurance available to the "insured"whether primary, excess contingent or on any other basis (3) This insurance is not a substitute for required or compulsory insurance in any country outside the United States, its territories and possessions, Puerto Rico and Canada You agree to maintain all required or compulsory insurance in any such country up to the minimum limits required by local law Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory insurance requirements (4) It is understood that we are not an admitted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Canada We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance G. WAIVER OF DEDUCTIBLE—GLASS The following is added to Paragraph D., Deductible, of SECTION III — PHYSICAL DAMAGE COVERAGE No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced H. HIRED AUTO PHYSICAL DAMAGE—LOSS OF USE—INCREASED LIMIT The following replaces the last sentence of Paragraph A.4.b., Loss Of Use Expenses, of SECTION III—PHYSICAL DAMAGE COVERAGE However, the most we will pay for any expenses for loss of use is$65 per day, to a maximum of$750 for any one "accident' I. PHYSICAL DAMAGE—TRANSPORTATION EXPENSES—INCREASED LIMIT The following replaces the first sentence in Paragraph A.4.a., Transportation Expenses, of SECTION III —PHYSICAL DAMAGE COVERAGE We will pay up to $50 per day to a maximum of$1,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type J. PERSONAL EFFECTS The following is added to Paragraph A.4., Coverage Extensions, of SECTION III — PHYSICAL DAMAGE COVERAGE I" Personal Effects We will pay up to$400 for"loss"to wearing apparel and other personal effects which are (1) Owned by an "insured", and (2) In or on your covered "auto" This coverage applies only in the event of a total theft of your covered"auto' No deductibles apply to this Personal Effects coverage K. AIRBAGS The following is added to Paragraph B.3., Exclusions, of SECTION III — PHYSICAL DAMAGE COVERAGE Exclusion 3.a. does not apply to"loss"to one or more airbags in a covered "auto' you own that inflate due to a cause other than a cause of"loss" set forth in Paragraphs A.1.b. and A.1.c., but only a. If that"auto' is a covered "auto'for Comprehensive Coverage under this policy, b. The airbags are not covered under any warranty, and c. The airbags were not intentionally inflated We will pay up to a maximum of$1,000 for any one 'loss" L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV—BUSINESS AUTO CONDITIONS Your duty to give us or our authorized representative prompt notice of the "accident' or"loss" applies only when the "accident' or'loss" is known to (a) You (if you are an individual), (b) A partner(if you are a partnership), (c) A member(if you are a limited liability company), (d) An executive officer, director or insurance manager (if you are a corporation or other organization), or (e) Any "employee"authorized by you to give notice of the"accident'or'loss" M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5 , Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV—BUSINESS AUTO CONDITIONS S. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the extent required of you by a written contract signed and executed prior to any "accident' or 'loss", provided that the "accident' or"loss"arises out of operations contemplated by such contract The waiver applies only to the person or organization designated in such contract N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Concealment, Misrepresentation, Or Fraud, of SECTION IV— BUSINESS AUTO CONDITIONS The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance However this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal CA T3 53 06 09 �— —� Pnvm I Legal Notices 02008 The Inc DTC052GD9101IND11 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE—Provisions A.-H. and J.-N.of this endorsement broaden coverage, and provision I. of this endorsement may limit coverage The following listing is a general coverage description only Limitations and exclusions may apply to these coverages. Read all the PROVISIONS of this endorsement carefully to determine rights, duties, and what is and is not covered. A. Broadened Named Insured H. Additional Insured—State or Political Subdivisions B. Extension of Coverage—Damage To Premises I. Other Insurance Condition Rented To You J. Increased Supplementary Payments • Perils of fire, explosion,lightning, smoke,water • Cost of bad bonds increased to$2,500 • Limit increased to$300,000 • Loss of earnings increased to$500 per day C. Blanket Waiver of Subrogation K. Knowledge and Notice of Occurrence or Offense D Blanket Additional Insured—Managers or Lessors L. Unintentional Omission of Premises M. Personallnlury—AssumedbyContract E. Incidental Medical Malpractice N. Blanket Additional Insured—Lessor of Leased F. Extension of Coverage—Bodily Injury Equipment G. Contractual Liability—Railroads PROVISIONS 3. This Provision A. does not apply to any per- A. BROADENED NAMED INSURED son or organization for which coverage is ex- 1. The Named Insured in Item 1. of the Declara- cluded by endorsement tions is as follows B. EXTENSION OF COVERAGE — DAMAGE TO PREMISES RENTED TO YOU The person or organization named in Item 1. of the Declarations and any organization, 1. The last paragraph of COVERAGE A. E Lk other than a partnership, joint venture or lim- ILY INJURY AND PROPERTY DAMAGE ited liability company, of which you maintain ABILITY (Section I — Coverages) is deleted ownership or in which you maintain the major- ity interest on the effective date of the policy Exclusions c.through n. do not apply to dam- However, coverage for any such additional age to premises while rented to you, or tem- organization will cease as of the date, if any, porarily occupied by you with permission of during the policy period, that you no longer the owner,caused by maintain ownership of, or the majority interest a. Fire, in, such organization b. Explosion, 2. WHO IS AN INSURED (Section II) Item 4.a. is deleted and replaced by the following c. Lightning, a. Coverage under this provision is afforded d. Smoke resulting from such fire,explosion, only until the 180th day after you acquire or lightning, or or form the organization or the end of the e. Water policy period, whichever is earlier. A separate limit of insurance applies to this coverage as described in Section III Limits Of Insurance. CG D316 07 04 Copyright,The Travelers Indemnity Company,2004 Page 1 of 6 COMMERCIAL GENERAL LIABILITY 2. This insurance does not apply to damage to 5. This Provision B. does not apply if coverage premises while rented to you, or temporarily for Damage To Premises Rented To You of occupied by you with permission of the COVERAGE A BODILY INJURY AND owner, caused by PROPERTY DAMAGE LIABILITY (Section I— a. Rupture, bursting, or operation of pres- Coverages) is excluded by endorsement sure relief devices, C. BLANKET WAIVER OF SUBROGATION b. Rupture or bursting due to expansion or We waive any right of recovery we may have swelling of the contents of any building or against any person or organization because of structure, caused by or resulting from wa- payments we make for injury or damage ansing ter, out of premises owned or occupied by or rented c. Explosion of steam boilers, steam pipes, or loaned to you, ongoing operations performed steam engines, or steam turbines by you or on your behalf, done under a contract with that person or organization, "your work", or 3. Paragraph 6. of LIMITS OF INSURANCE "your products" We waive this right where you (Section Ili) is deleted and replaced by the have agreed to do so as part of a written contract, following: executed by you before the "bodily injury" or Subject to 5. above, the Damage To Prem- "property damage" occurs or the "personal injury" ises Rented To You Limit is the most we will or"advertising injury"offense is committed pay under COVERAGE A for the sum of all D. BLANKET ADDITIONAL INSURED — MANAG- damages because of "property damage" to ERS OR LESSORS OF PREMISES any one premises while rented to you, or temporarily occupied by you with permission WHO IS INSURED (Section amended to of the owner, caused by fire, explosion, include ass an insured any personn orr organization light- ning, smoke resulting from such fire, explo- (referred to below as "additional insured") with sion, or lightning, or water The Damage To whom you have agreed in a written contract, exe- Premises Rented To You Limit will apply to all cuted before the "bodily injury" or "property dam- "property damage" proximately caused by the age" occurs or the "personal injury" or "advertis- same "occurrence", whether such damage ing injury" offense is committed, to name as an results from fire, explosion, lightning, smoke additional insured, but only with respect to liability resulting from such fire, explosion, or light- ansing out of the ownership, maintenance or use ning, or water, or any combination of any of of that part of any premises leased to you, subject these causes to the following provisions The Damage To Premises Rented To You 1• Limits of Insurance The limits of insurance Limit will be the higher of afforded to the additional insured shall be the limits which you agreed to provide in the wnt- a. $300,OCO, or ten contract, or the limits shown on the Decla- b. The amount shown on the Declarations rations, whichever are less for Damage To Premises Rented To You 2, The insurance afforded to the additional in- Limit sured does not apply to 4. Paragraph a. of the definition of"insured con- a. Any "bodily injury" or "property damage" tract" (DEFINITIONS — Section V) is deleted that occurs, or"personal injury"or"adver- and replaced by the following- tising injury" caused by an offense which a. A contract for a lease of premises How- is committed, after you cease to be a ten- ever, that portion of the contract for a ant in that premises, lease of premises that indemnifies any b. Any premises for which coverage is ex- person or organization for damage to cluded by endorsement, or premises while rented to you, or tempo- rarily occupied by you with permission of c. Structuralalterations,inew construction or o the owner, caused by fire, explosion; demolition operations s performed by or on lightning, smoke resulting from such fire, behalf of such additional insured explosion, or lightning, or water, is not an 3. The insurance afforded to the additional in- "Insured contract", sured is excess over any valid and collectible Page 2 of 6 Copyright,The Travelers Indemnity Company, 2004 CG D316 07 04 COMMERCIAL GENERAL LIABILITY "other insurance" available to such additional together with all related acts or omissions in insured, unless you have agreed in the writ- the furnishing of the services described in ten contract that this insurance must be pn- paragraph 1 above to any one person will be mary to, or non-contributory with, such "other deemed one"occurrence" insurance" 5. This Provision E. does not apply if you are in E. INCIDENTAL MEDICAL MALPRACTICE the business or occupation of providing any of 1. The following is added to paragraph 1. Insur- the services described in paragraph 1.above. ing Agreement of COVERAGE A — BODILY 6. The insurance provided by this Provision E. INJURY AND PROPERTY DAMAGE LIABIL- shall be excess over any valid and collectible ITY(Section I—Coverages) "other insurance" available to the insured, "Bodily injury" arising out of the rendering of, whether primary, excess, contingent or on or failure to render, the following will be any other basis, except for insurance that you deemed to be caused by an'occurrence" bought specifically to apply in excess of the Limits of Insurance shown on the Declara- a. Medical, surgical, dental, laboratory,x-ray tions of this Coverage Part or nursing service, advice or instruction, or the related furnishing of food or bever- F. EXTENSION OF COVERAGE — BODILY IN- ages, JURY i The furnishing or dispensing of drugs or The definition of "bodily injury" (DEFINITIONS — medical, dental, or surgical supplies or Section V) is deleted and replaced by the follow- appliances, ing c. First aid,or 'Bodily injury" means bodily injury, mental an- guish, mental injury, shock, fright, disability, hu- d. "Good Samaritan services" As used in miiation, sickness or disease sustained by a per- this Provision E., "Good Samaritan ser- son,including death resulting from any of these at vices" are those medical services ren- any time dered or provided in an emergency and for which no remuneration is demanded G CONTRACTUAL LIABILITY—RAILROADS or received 1. Paragraph c.of the definition of"insured con- 2. Paragraph 2.a.(1)(d) of WHO IS AN IN- tract" (DEFINITIONS — Section V) is deleted SURED (Section II) does not apply to any and replaced by the following registered nurse, licensed practical nurse, c. Any easement or license agreement; emergency medical technician or paramedic 2. Paragraph f.(1) of the definition of "insured employed by you, but only while performing contract" (DEFINITIONS — Section V) is de- the services described in paragraph 1 above leted and while acting within the scope of their em- ployment by you Any "employees" rendering H. ADDITIONAL INSURED — STATE OR POLITI- "Good Samaritan services" will be deemed to CAL SUBDIVISIONS—PERMITS be acting within the scope of their employ- WHO IS AN INSURED (Section II) is amended to ment by you include as an insured any state or political subdi- 3. The following exclusion is added to paragraph vision, subject to the following provisions 2. Exclusions of COVERAGE A — BODILY 1. This insurance applies only when required to INJURY AND PROPERTY DAMAGE LIABIL- be provided by you by an ordinance, law or ITY(Section I—Coverages) building code and only with respect to opera- (This insurance does not apply to ) "Bodily in_ tions performed by you or on your behalf for jury" or "property damage" arising out of the which the state or political subdivision has is- willful violation of a penal statute or ordinance sued a permit relating to the sale of pharmaceuticals com- 2. This insurance does not apply to miffed by or with the knowledge or consent of a. 'Bodily injury," "property damage," "per- the insured sonal injury" or"advertising injury" ansng 4. For the purposes of determining the applica- out of operations performed for the state ble limits of insurance, any act or omission or political subdivision, or CG D3 16 07 04 Copyright,The Travelers Indemnity Company,2004 Page 3 of 6 COMMERCIAL GENERAL LIABILITY b. "Bodily injury" or "property damage" in- insured under any other policy, cluded in the"products-completed opera- including any umbrella or excess tions hazard" policy 1. OTHER INSURANCE CONDITION When this insurance is excess, we A. COMMERCIAL GENERAL LIABILITY CON- will have no duty under Coverages A DITIONS (Section IV), paragraph 4. (Other a B to defend the insured against Insurance is deleted and replaced b the fol- any suit it any provider f other in- ) p y surance" has a duty to defend the in- lowing sured against that "suit". if no pro- 4. Other Insurance vider of "other insurance" defends, If valid and collectible"other insurance"is we will undertake to do so, but we will available to the insured for a loss we be entitled to the insureds rights c against all those providers of other over under Coverages A or B of this insurance" Coverage Part, our obligations are limited as follows When this insurance is excess over a. Primary Insurance other insurance", we will pay only our share of the amount of the loss, if This insurance is primary except any,that exceeds the sum of when b. below applies. If this insur- (1) The total amount that all such ance is primary, our obligations are "other insurance" would pay for not affected unless any of the "other the loss in the absence of this in- insurance" is also primary Then, we surance, and will share with all that "other insur- ance" by the method described in c. below self-insured amounts under that b. Excess Insurance "other insurance" This.insurance is excess over any of We will share the remaining loss, if the "other insurance", whether pri- any, with any"other insurance"that is not described in this Excess Insur- mary, excess, contingent or on any ance provision other basis (1) That is Fire, Extended Coverage, c. Method Of Sharing Builder's Risk, Installation Risk If all of the "other insurance" permits or similar coverage for "your contribution by equal shares, we will work", follow this method also Under this (2) That is Fire insurance for prem- approach each provider of insurance ses rented to you temporarily contributes equal amounts until it has paid its applicable limit of insurance occupied by you with permission or none of the loss remains, which- of the owner, ever comes first (3) That is insurance purchased by If any of the "other insurance" does you to cover your habdity as a not permit contribution by equal tenant for "property damage" to shares, we will contribute by limits premises rented to you or tempo- Under this method, the share of each rarely occupied by you with per- provider of insurance is based on the mission of the owner, or ratio of its applicable limit of insur- (4) If the loss arises out of the main- ance to the total applicable limits of tenance or use of aircraft, insurance of all providers of insur- "autos", or watercraft to the ex- ance tent not subject to Exclusion g. of B. The following definition is added to DEFINITIONS Section I — Coverage A — Bodily (Section V) Injury And Property Damage Li- ability; or "Other insurance" (5) That is available to the insured a. Means insurance, or the funding of losses, when the insured is an additional that is provided by,through or on behalf of Page 4 of 6 Copyright,The Travelers Indemnity Company, 2004 CG D3 16 07 04 COMMERCIAL GENERAL LIABILITY (1) Another insurance company, 2. Notice of an "occurrence" or of an offense (2) Us or any of our affiliated insurance com- which may result in a claim will be deemed to panies, except when the Non cumulation be given as soon as practicable to us if it is of Each Occurrence Limit section of given in good faith as soon as practicable to Paragraph 5 of LIMITS OF INSURANCE your workers' compensation insurer This ap- (Section 111)or the Non cumulation of Per- plies only if you subsequently give notice of sonal and Advertising Injury limit sections the "occurrence" or offense to us as soon as of Paragraph 4 of LIMITS OF INSUR- practicable after you, one of your "executive ANCE(Section III)applies; officers"(if you are a corporation),one of your partners who is an individual (if you are a (3) Any risk retention group, partnership), one of your managers(if you are (4) Any self-insurance method or program, a limited liability company), or an "employee" other than any funded by you and over (such as an insurance, loss control or risk which this Coverage Part applies, or manager or administrator) designated by you (5) Any similar risk transfer or risk manage- to give such notice discovers that the "occur- ment method rence"or offense may involve this policy b. Does not include umbrella insurance, or ex- 3. This Provision K. does not apply as respects cess insurance, that you bought specifically to the specific number of days within which you apply in excess of the Limits of Insurance are required to notify us in writing of the shown on the Declarations of this Coverage abrupt commencement of a discharge, re- Part lease or escape of "pollutants" that causes J. INCREASED SUPPLEMENTARY PAYMENTS "bodily injury" or "property damage" which may otherwise be covered under this policy Paragraphs 1.b. and 1.d. of SUPPLEMENTARY L. UNINTENTIONAL OMISSION PAYMENTS— COVERAGES A AND B (Section 1 The followin —Coverages)are amended as follows g is added to COMMERCIAL GEN- ERAL 1. In paragraph 1.b., the amount we will pay for LIABILITY CONDITIONS (Section IV), paragraph 6. (Representations) the cost of bail bonds is increased to$2500 The unintentional omission of, or unintentional 2. In paragraph 1.d., the amount we will pay for loss earnings is,increased to$500 a day error in, any information provided by you which we relied upon in issuing this policy shall not K. KNOWLEDGE AND NOTICE OF OCCUR- prejudice your rights under this insurance How- RENCE OR OFFENSE ever, th[s Provision L. does not affect our right to 1. The following is added to COMMERCIAL collect additional premium or to exercise our right GENERAL LIABILITY CONDITIONS (Section of cancellation or nonrenewal in accordance with IV), paragraph 2. (Duties In The Event of Oc- applicable state insurance laws, codes or regula- currence, Offense, Claim or Suit) tions Notice of an "occurrence" or of an offense M. PERSONAL INJURY — ASSUMED BY CON- which may result in a claim must be given as TRACT soon as practicable after knowledge of the 1. The following is added to Exclusion e. (1) of "occurrence" or offense has been reported to Paragraph 2., Exclusions of Coverage B. you, one of your "executive officers" (if you Personal Injury, Advertising Injury, and are a corporation), one of your partners who Web Site Injury Liability of the Web XTEND is an individual (if you are a partnership), one Liability endorsement of your managers (if you are a limited liability Solely for the purposes of liability assumed in company), or an "employee" (such as an in- an 'insured contract", reasonable attorney surance, loss control or risk manager or ad- fees and necessary litigation expenses in- ministrator) designated by you to give such curred by or for a party other than an insured notice are deemed to be damages because of "per- Knowledge by any other "employee" of an sonal injury"provided "occurrence" or offense does not imply that (a) Liability to such party for, or for the cost you also have such knowledge of, that party's defense has also been as- CG D3 16 07 04 Copyright,The Travelers Indemnity Company, 2004 Page 5 of 6 COMMERCIAL GENERAL LIABILITY sumed in the same "insured contract", N BLANKET ADDITIONAL INSURED — LESSOR and OF LEASED EQUIPMENT (b) Such attorney fees and litigation ex- WHO IS AN INSURED (Section II)is amended to penses are for defense of that party include as an insured any person or organization against a civil or alternative dispute reso- (referred to below as "additional insured") with / lution proceeding in which damages to whom you have agreed in a written contract, exe-/ which this insurance applies are alleged cuted before the "bodily injury" or"property dam- 2. Paragraph 2.d. of SUPPLEMENTARY PAY- age" occurs or the "personal injury" or "adverlis- MENTS— COVERAGES A AND B (Section I ing injury" offense is committed, to name as an — Coverages) is deleted and replaced by the additional insured, but only with respect to their li- following. ability for"bodily injury", "property damage", "per- sonal injury" or "advertising injury" caused, in formation we know about the "occur- whole or in part, by your acts or omissions in the maintenance, operation or use of equipment rence"or offense are such that no conflict leased to you by such additional insured, subject appears to exist between the interests of to the following provisions the insured and the interests of the m- demnitee, 1. Limits of Insurance The limits of insurance 3. The third sentence of Paragraph 2 of SUP- afforded to the additional insured shall be the limits which you agreed to provide in the wnt- PLEMENTARY PAYMENTS — COVERAGES ten contract, or the limits shown on the Decla- A AND B (Section I — Coverages) is deleted rations,whichever are less and replaced by the following 2. The insurance afforded to the additional in- Notwithstanding the provisions of Paragraph sured does not apply to any "bodily injury" or 2.b.(2) of Section I —Coverage A—Bodily In- "property damage" that occurs, or "personal jury And Property Damage Liability, or the injury"or"advertising injury"caused by an of- provisions of Paragraph 2.e.(1) of Section I — fense which is committed, after the equipment Coverage B— Personal Injury,Advertising In- lease expires jury And Web Site Injury Liability, such pay- ments will not be deemed to be damages for 3. The insurance afforded to the additional in- "bodily injury" and "property damage", or sured is excess over any valid and collectible damages for"personal injury", and will not re- . "other insurance" available to such additional duce the limits of insurance insured, unless you have agreed in the writ- ten contract that this insurance must be pri- 4. This provision M does not apply if coverage mary to, or non-contnbutory with, such "other for "personal injury" liability is excluded by insurance" endorsement. Page 6 of 6 Copyright,The Travelers Indemnity Company,2004 CG D3 16 07 04 DTC0526D9101IND11 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED—(Section II) is amended c) The insurance provided to the additional in- to include any person or organization that you sured does not apply to "bodily injury" or Jagree in a "written contract requiring insurance" "property damage" caused by "your work" to include as an additional insured on this Cover- and included in the "products-completed op- age Part, but erations hazard" unless the "written contract a) Only with respect to liability for"bodily injury", requiring insurance" specifically requires you "property damage"or"personal injury",and to provide such coverage for that additional insured, and then the insurance provided to b) If, and only to the extent that, the injury or the additional insured applies only to such damage is caused by acts or omissions of "bodily injury" or "property damage" that oc- you or your subcontractor in the performance curs before the end of the period of time for of "your work" to which the "written contract which the "written contract requiring insur- reguiring insurance" applies The person or ance" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is insured with respect to the independent acts earlier or omissions of such person or organization 3. The insurance provided to the additional insured 2. The insurance provided to the additional insured by this endorsement is excess over any valid and by this endorsement is limited as follows- collectible "other insurance", whether primary, a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is this Coverage Part shown in the Declarations available to the additional insured for a loss we exceed the limits of liability required by the cover under this endorsement However, if the "written contract requiring insurance", the in_ "written contract requiring insurance" specifically surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non-contributory basis, quired by that "written contract requiring in- this insurance is primary to "other insurance" surance" This endorsement shall not in- available to the additional insured which covers crease the limits of insurance described in that person or organization as a named insured Section III—Limits Of Insurance for such loss, and we will not share with that b) The insurance provided to the additional in- "other insurance" But the insurance provided to sured does not apply provided t"bodily injury", li the additional insured by this endorsement still is PPy y i ry', excess over any valid and collectible other in- erty damage" or "personal injury" arising out surance", whether primary, excess, contingent or of the rendering of, or failure to render, any on any other basis, that is available to the addi- professional architectural, engineering or sur- tional insured when that person or organization is veying services, including an additional insured under such "other insur- L The preparing, approving, or fading to ance" prepare or approve, maps, shop draw- 4. As a condition of coverage provided to the ings, opinions, reports, surveys, field or- additional insured by this endorsement ders or change orders, or the preparing, approving, or failing to prepare or ap- a) The additional insured must give us written prove, drawings and specifications, and notice as soon as practicable of an "occur- III. Supervisory, inspection, architectural or rence" or an offense which may result in a engineering activities. claim To the extent possible, such notice should include CG D2 46 08 05 0 2005 The St Paul Travelers Companies, Inc Page 1 of 2 COMMERCIAL GENERAL LIABILITY 1. How, when and where the "occurrence" any provider of"other insurance"which would or offense took place, cover the additional insured for a loss we cover under this endorsement However, this ii. The names and addresses of any injured persons and witnesses; and condition does not affect whether the insur- ance provided to the additional insured by Ill. The nature and location of any injury or this endorsement is primary to 'other insur- damage arising out of the'occurrence"or ance" available to the additional insured offense. which covers that person or organization as a b) If a claim is made or"suit" is brought against named insured as described in paragraph 3. the additional insured, the additional insured above must, S. The following definition is added to SECTION V. i. Immediately record the specifics of the —DEFINITIONS claim or"suit"and the date received, and "Written contract requiring insurance" means ii. Notify us as soon as practicable that part of any written contract or agreement under which you are required to include a The additional insured must see to it that we person or organization as an additional in- receive written notice of the claim or"suit"as sured on this Coverage Part, provided that soon as practicable the "bodily injury" and "property damage" oc- c) The additional insured must immediately curs and the "personal injury" is caused by an send us copies of all legal papers received in offense committed connection with the claim or"suit", cooperate a. After the signing and execution of the with us in the investigation or settlement of contract or agreement by you, the claim or defense against the "suit', and otherwise comply with all policy conditions b. While that part of the contract or d) The additional insured must tender the de- agreement is in effect, and fense and indemnity of any claim or "suit" to c. Before the end of the policy period. Page 2 of 2 0 2005 The St. Paul Travelers Companies, Inc CG D2 46 08 05 SE11EXC702319IV THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF SUBROGATION SCHEDULE Name of Person or Organization: JAs required by written contract or agreement Information required to complete this Schedule, if not shown above, will be shown in the Declarations The following is added to SECTION IV-CONDITIONS, 13 Transfer of Rights of Recovery Against Others We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or"your worl<C done under a contract with that person or organization This waiver applies only to the person or organization shown in the Schedule above All other terms of the policy remain unchanged NAV-ECD-6012 (01/11) Navigators Insurance Company Page 1 of 1 Contains copyrighted material of the Insurance Services Office, Inc with its permission SEIIEXC7023191V >{ COMMERCIAL EXCESS LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF CONDITIONS OTHERINSURANCE PRIMARY AND NON-CONTRIBUTING This endorsement modifies Insurance provided under the following' COMMERCIAL EXCESS LIABILITY COVERAGE PART SCHEDULE When required by written contract. A. Section IV - Conditions, 9 Other Insurance Is deleted and replaced by the following: 9. This insurance Is excess over any other Insurance available to the insured except* a. insurance that Is purchased specifically to apply in excess of this policy, or b insurance available to the person or organization shown in the Schedule of this endorsement as an additional Insured on the "controlling underlying Insurance " B When this insurance applies on a primary and non-contributing basis, the Limits of Insurance available for the additional insured will be the lesser of 1 the amounts shown in item 3 of the Declarations of this policy, or 2 the amount of insurance you are required to provide the additional Insured in the written contract or agreement. All other terms of the policy remain unchanged NAV-EXC-348A(01111) Navigators Insurance Company Page 1 of 1 Contains copyrighted material of the Insurance Services,Office, Inc with its permission 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 ..... 1-07 Legal Relations and Responsibilities to the Public................. 1-21 1-08 Prosecution and Progress .................................................. 1-32 1-09 Measurement and Payment ............................................... 1-36 1-10 Temporary Traffic Control ................................................. 1-39 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 .................................2-4 2-06 Subgrade Preparation .........................................................2-6 2-07 Watering ..........................................................................2-7 2-12 Construction Geosynthetic...................................................2-7 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 5-02 Bituminous Surface Treatment.............................................5-1 5-04 Hot Mix Asphalt .................................................................5-1 DIVISION 6 STRUCTURES ............................................................6-1 6-02 Concrete Structures ...........................................................6-1 6-11 Reinforced Concrete Walls.......... ...........6-8 6-20 Sheet Piling ......................................................................6-8 DIVISION 8 MISCELLANEOUS CONSTRUCTION ............................8-1 8-01 Erosion Control and Water Pollution Control ...........................8-1 8-02 Roadside Restoration........................................................ 8-13 8-03 Irrigation Systems ........................................................... 8-17 8-04 Curbs, Gutters, and Spillways............................................ 8-18 8-09 Raised Pavement Markers ................................................. 8-19 8-12 Chain Link Fence and Wire Fence ....................................... 8-20 8-14 Cement Concrete Sidewalk................................................ 8-21 8-15 Riprap............................................................................ 8-22 8-21 Permanent Signing........................................................... 8-22 8-22 Pavement Marking ........................................................... 8-23 Boeing Secondary Levee & Floodwall/Hallock June 20, 2012 Project Number. 09-3009 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-26 Bollards.......................................................................... 8-25 8-27 Handrails ........................................................................ 8-26 8-28 Pothole Utilities ............................................................... 8-26 8-30 Project Signs................................................................... 8-27 8-31 Portable Toilets ............................................................... 8-28 DIVISION 9 MATERIALS...............................................................9-1 9-03 Aggregates .......................................................................9-1 9-14 Erosion Control and Roadside Planting ..................................9-2 9-16 Fence and Guardrail ...........................................................9-5 9-28 Signing Materials and Fabrication .........................................9-6 KENT STANDARD PLANS .................................................................. A-1 WSDOT STANDARD PLANS............................................................... A-2 MISCELLANEOUS DETAILS............................................................... A-3 HANDRAIL SPECIFICATIONS ........................................................... A-4 PREVAILING WAGE RATES............................................................... A-5 Boeing Secondary Levee & Floodwall/Hal lock June 20, 2012 Project Number 09-3009 KENT SPECIAL PROVISIONS 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 ail 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 HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.3 Definitions Contract 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 Boeing Secondary Levee & Floodwall/Hallock 1 - 1 June 20, 2012 Project Number 09-3009 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." Boeing Secondary Levee & Floodwall/Haliock 1 - 2 June 20, 2012 Project Number 09-3009 4. Manual of Uniform Traffic Control Devices (MUTCD), latest Edition adopted by WSDOT. All reference in the Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to read City and/or City Engineer. To the extent any inconsistencies exist among any of the four above- listed documents, each document appearing on this list shall have priority over all documents, if any, listed below it. These publications are incorporated in this contract by this reference. The Contractor should note that these publications contain general conditions to this contract, as well as construction details. Responsibility for obtaining these publications rests with the Contractor. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract Documents. The City of Kent reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action Includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, five (5) copies of the plans and specifications. Additional copies can be purchased from the City at the price specified by the City or in the Invitation to Bid. 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. Boeing Secondary Levee & Floodwall/Hallock 1 - 3 June 20, 2012 Project Number 09-3009 SECTION 1-02.4(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-02.4(2) Subsurface Information Because of the varying soil composition and ground water levels encountered in various areas and at different seasons of the year, the City makes no representation of such conditions as they may pertain to this project. The Contractor shall be responsible for any and all cribbing, sheet piling, dewatering, or other construction methods or procedures that may be necessary to complete the project, and additional compensation therefore will not be allowed unless otherwise specified in this document. The soils information if any, used for design of this project is available for review by the bidder at the following address: City of Kent Public Works Engineering Department 400 W. Gowe Street, Second Floor Kent, WA 98032 SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City of Kent upon furnishing a non-refundable payment as specified in the "Invitation to Bid" 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. Boeing Secondary Levee & Floodwall/Hallock 1 - 4 June 20, 2012 Project Number 09-3009 SECTION 1-02.7 IS REVISED BY DELETING THE WORDS "CERTIFIED CHECK". 1-02.7 Bid Deposit SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02,11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, or file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not thereby disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(h) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified or pre-qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY DELETING THE LAST TWO PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 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. Boeing Secondary Levee & Floodwall/Haiiock 1 - 5 June 20, 2012 Project Number 09-3009 A bidder who wished to claim error after the Bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the Bid, requesting relief from the responsibilities of Award. The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the Bid. The affidavit and the work sheets shall be submitted to the Engineer no later than 5:00 p.m. on the first business day after Bid opening, or the claim will not be considered. The Engineer will review the certified work sheets, to determine validity of the claimed error, and make a recommendation to the City of Kent. If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned. Thereafter, at the discretion of the City, all Bids may be rejected or award made to the next lowest, responsive, responsible Bidder. SECTION 1-03.2 IS REVISED BY REPLACING '145 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 calendar day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor shall any work 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. Boeing Secondary Levee & Floodwall/Hallock 1 - 6 June 20, 2012 Project Number 09-3009 No claim for delay shall be granted to the Contractor due to his failure to submit the required documents to the City in accordance with the schedule provided in these Special Provisions. SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE FIRST PARAGRAPH: 1-03.4 Contract Bond 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond. 6. Be signed by an officer of the Contractor empowered to sign official statements if the Contractor is a sole proprietor or partner. If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or letter to such effect by the president or vice-president). 7. The "Contract Bond" shall remain in force for one year following the Kent City Council "Final Acceptance Date" of the project to ensure defects are corrected during the one-year guarantee period in compliance with WSDOT Section 1-05.10 (Guarantees), and the Payment and Performance Bond language of the contract. SECTION 1-03.7IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City of Kent regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the Superior Court of King County, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform 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. Boeing Secondary Levee & Floodwall/Hal lock 1 - 7 June 20, 2012 Project Number 09-3009 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.S 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 Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits, unless separate arrangements are made for use of private property. Before using any private property adjoining the work, the Contractor Boeing Secondary Levee &Floodwall/Hallock 1 - 8 June 20, 2012 Project Number 09-3009 shall file with the Engineer satisfactory evidence of written permission from the property owner to use that private property. Upon vacating the premises, the Contractor shall furnish the Engineer with a release from all damages, properly executed by the property owner and in a form satisfactory to the City. The Contractor shall confine its equipment, storage of materials and operation of work to the limits indicated by law, ordinances, permits or direction of the Engineer and shall not unreasonably encumber the premises with its materials. DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05 CONTROL OF WORK 1-05.5 City Provided Construction Staking 1-05.5(1) General The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.5(2) through 1-05.5(7) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.5(6) of the Kent Special Provisions herein). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load, to complete the rescheduled work. Note: A working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.4 of the Kent Special Provisions. 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 Boeing Secondary Levee & Floodwall/Hallock 1 - 9 June 20, 2012 Project Number 09-3009 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 Boeing Secondary Levee & Floodwall/Hallock 1 - 10 June 20, 2012 Project Number 09-3009 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 reauests 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 backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50 foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25 foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 25 foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline. Boeing Secondary Levee & Floodwall/Hallock 1 11 June 20, 2012 Project Number. 09-3009 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 channellzation, 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. Boeing Secondary Levee & Floodwall/Hallock 1 - 12 June 20, 2012 Project Number 09-3009 1-05.5(7) Stake Verification It shall be the Contractor's responsibility to examine survey stakes before commencing operations. The Contractor shall notify the City if the validity of a stake is questionable, either as to location, offset, or amount of cut or fill marked on the stake. The City will then check the stake or stakes in question. Any stakes found to be in error will be reset one time only at no charge to the Contractor. If the stakes are found to be correct as staked or should they need to be checked additional times thereafter, the Contractor will be charged at the rate of $150/hr for City survey crews to provide this service. The Contractor may not charge the City for any standby or "down" time as a result of any staking and/or resetting procedure. Any stake deemed to be damaged or disturbed by construction activity by the Engineer, inspector or survey crew will be exempt from this paragraph. It may be replaced, but at a charge of $150/hour to the Contractor. The Contractor may not charge the City for any standby or "down" time as a result of any re-staking and/or resetting procedure. 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 replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other Boeing Secondary Levee & Floodwall/Hallock 1 - 13 June 20, 2012 Project Number 09-3009 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. Boeing Secondary Levee & Floodwall/Hallock 1 - 14 June 20, 2012 Project Number 09-3009 This process shall be repeated until the Engineer establishes the Substantial Completion Date. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for Final Inspection, the Contractor, by written notice, shall request the Engineer to schedule a Final Inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer, if necessary, will notify the Contractor in writing of all particulars in which the Final Inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take all necessary corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to became 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 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. Boeing Secondary Levee & Floodwall/Hallock 1 - 15 June 20, 2012 Project Number 09-3009 During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract documents. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.12 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.12 Final Acceptance and Guarantee The Contractor must perform all the obligations under the contract before the Final Acceptance Date can be established. A Certificate of Completion for the work issued by the City will establish the Final Acceptance Date and certify the work as complete. The final contract price may then be 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. Boeing Secondary Levee & Floodwall/Hallock 1 - 16 June 20, 2012 Project Number 09-3009 Final acceptance shall not constitute acceptance of any unauthorized or defective work or material. The City of Kent shall not be barred from requiring the Contractor, at his expense, to remove, replace, repair, or dispose of any unauthorized or defective work or material, or from recovering damages for any such work or material for a period of one year from the date of final acceptance. Contractors shall be barred from bidding on future City projects until the provisions of this section are satisfied. SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-05.13 Superintendents, Labor, and Equipment of Contractor Whenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1, the City may take these or other Contractor performance reports into account. Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: Giant Sandbag Removal Proiect The Contractor shall coordinate with the Giant Sandbag Removal Contractor(s) in scheduling their work activities. This includes the area where the large bags are presently placed on the Green River Trail and where the floodwall ties into the trail. The Contractor shall keep construction access open at all times and shall not delay access through the parking lot area for the sandbag removal contractor. Private Property Fence Relocation The Contractor shall coordinate with the Engineer to provide temporary fencing to the private property adjacent to the project site after the private contractor has removed the existing security fencing. The Contractor shall coordinate with Boeing Secondary Levee & Floodwall/Hallock 1 - 17 June 20, 2012 Project Number 09-3009 the Engineer to allow the private contractor to reinstall the permanent security fencing. 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: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The pro3ect 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. S. Bid item(s) where product will be used. Boeing Secondary Levee & Floodwall/Hallock 1 - 18 June 20, 2012 Project Number 09-3009 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: 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. Boeing Secondary Levee& Floodwall/Hal lock 1 - 19 June 20, 2012 Project Number 09-3009 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 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 Boeing Secondary Levee& Floodwall/Hallock 1 - 20 June 20, 2012 Project Number 09-3009 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 The 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 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. Boeing Secondary Levee& Floodwall/Hallock 1 - 21 June 20, 2012 Pro]ect Number 09-3009 The City of Kent will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.050). The City may deduct from Its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the State of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The City of Kent will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. Boeing Secondary Levee & Floodwall/Hallock 1 - 22 June 20, 2012 Project Number 09-3009 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City of Kent on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.6 Permits and Licenses The City of Kent has obtained the following permits: SEPA Determination of Non Significance Hydraulic Project Approval Shoreline Conditional Use Permit Biological Assessment NPDES Construction Stormwater General Permit Contractor shall obtain, at Its sole cost, all other permits required to complete this project. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City of Kent. Approved permits shall be furnished to the City of Kent upon completion of the project and prior to final acceptance. Promptly notify the City of Kent in writing of any variance in the contract documents with the laws, ordinances, rules, regulations, and orders. Necessary changes will be adjusted by appropriate modification. If Contractor performs work knowing it to be contrary to such laws, ordinances, rules, regulations, and orders, and without such notice to the City of Kent, Contractor shall assume full responsibility and bear all costs attributable to Contractor's failure to obtain all necessary permits within the time required. SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date. Boeing Secondary Levee & Floodwall/Hallock 1 - 23 June 20, 2012 Project Number: 09-3009 SECTION 1-07.13(3) IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by City forces or other means; however, the Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. SECTION 1-07.14 IS REVISED BY DELETING THE THIRD, FOURTH, AND FIFTH PARAGRAPHS AND REVISING ALL REFERENCES OF "STATE, COMMISSION, SECRETARY"OR "STATE" TO READ "CITY". 1-07.14 Responsibility for Damage SECTION 1-07.17 IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.17 Utilities and Similar Facilities Chapter 19.122 of the Revised Code of Washington (RCW) relates to underground utilities. In accordance with this RCW, the Contractor shall call the One-Number Locator Service for field locations of utilities (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. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or their agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage by installation of all planned improvements at that location. Boeing Secondary Levee & Floodwall/Hallock 1 - 24 June 20, 2012 Project Number 09-3009 1-07.17(4) Payment All costs to comply with this section and for the protection and repair specified in RCW 19.122 are Incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall Include all related costs In the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re-marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall notify all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined the areas subject to this agreement and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. Contractor further warrants and represents that it has also examined in detail the plans of such utilities provided to it by the City and all other affected utility companies or 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. CenturyLink Comcast Tonna Baruso Jerry Steele (253) 372-5360 (206) 391-1763 (206) 387-3263 (cell) Puget Sound Energy Verizon Anita Yurovchak Louise Popelka (253) 476-6304 (425) 201-0901 (425) 766-1740 SECTION 1-07.18 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project agreement, which constitute the Contractor's insurance requirements for this project. Boeing Secondary Levee & Floodwall/Hallock 1 - 25 June 20, 2012 Project Number 09-3009 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 proximity of this project to the Green River, which is a treaty protected fishery resource, requires that access to the river be available 24 hours a day, seven days a week. This unrestricted access will be required of the Contractor while under contract with the City for this project. Tribal members fish in this section of the Green River at or near the site, so trail and parking access shall also remain unencumbered during the life of the project so that setting and retrieving nets and hauling fish is not affected. The Contractor shall conduct all operations with the least possible obstruction and Inconvenience to the public. The Contractor shall have under construction no greater length or amount of work than can be prosecuted properly with due regards to the rights of the public. To the greatest extent possible, the Contractor shall finish each section before beginning work on the next. To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and pedestrian and bicycle paths within the project limits, keeping them open, and In good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer at the City's expense. The Contractor shall also maintain roads, streets, sidewalks, pedestrian and bicycle paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the City on all projects. Cleanup of snow and ice control debris will be at the City's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede pedestrians, bicyclists, and motor traffic, or that creates a hazard. 2. Keep existing traffic signal and highway, road or street lighting 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 channellzatlon 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 channellzatlon markings. Boeing Secondary Levee & Floodwall/Hallock 1 - 26 June 20, 2012 Project Number 09-3009 4. Maintain existing permanent signing. Repair of signs will be at the City's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of stormwater. Cleaning of existing drainage structures within the project limits will be at the Contractor's expense when flow is impaired due to the Contractor's operations. Routine cleaning of existing drainage structures will be at the City's expense when the Engineer determines that flow is not Impaired due to the Contractor's operations. 6. Whether or not the Contractor is on-site, when ordered by the Engineer, the Contractor shall Immediately mobilize forces to place any asphalt concrete pavement, cold plant mix, crushed surfacing gravel and/or gravel borrow as the Engineer deems necessary to provide a smooth, even roadbed, pedestrian path and bicycle path. This work will be paid for under unit contract prices, but no adjustment in payments will be considered for any additional costs necessary to install the required surfacing material. If the Contractor fails to comply, the Engineer may order the work done by others and deduct the costs from any payments due or coming due the Contractor. To protect the rights of abutting property owners, the Contractor shall: 1. Conduct the construction so that the least inconvenience as possible is caused to abutting property owners; 2. Maintain ready access to sidewalks, pedestrian and bicycle paths, driveways, houses and buildings along the line of work; 3. Provide temporary approaches to crossing or intersecting roads, streets, sidewalks, pedestrian and bicycle paths, and keep these approaches in good condition; and 4. Provide another access before closing an existing one whenever the contract or work requires removing and replacing an abutting owner's access. 5. Confine construction operations to one side of the roadway at a time, unless the Traffic Control Plan (TCP) approved by the City's Traffic Control Supervisor (TCS) clearly indicates otherwise. When traffic must pass through grading areas, the Contractor shall: 1. Make cuts and fills that provide a reasonably smooth even roadbed, street, pedestrian and bicycle path; 2. Place, in advance of other grading work, enough fill at all culverts and bridges to permit vehicle, pedestrian and bicycle traffic to conveniently and safely cross; 3. Make roadway cuts and fills, if ordered by the Engineer, in partial width lifts, alternating lifts from side to side to permit vehicles, pedestrians, and bicyclists to conveniently and safely travel on the side opposite the work. 4. Install culverts on half the width of the traveled way, keeping the other half open and unobstructed to vehicles, pedestrians, and bicyclists until the first half is ready for use. Boeing Secondary Levee & Floodwall/Hallock 1 - 27 June 20, 2012 Project Number 09-3009 5. After rough grading or placing any subsequent layers, prepare the final roadbed and pedestrian and bicycle paths to a smooth, even surface (free of humps and dips) suitable for use by public vehicles, pedestrians and bicyclists (compacted surface of crushed and compacted gravel at a minimum); and 6. Settle dust with water, or other dust palliative, as the Engineer may order. If grading work is on or next to a roadway, street, sidewalk, pedestrian or bicycle path In use, the Contractor shall finish the grade Immediately after rough grading and place surfacing materials as the work proceeds. When an adjacent sidewalk, pedestrian or bicycle path Is In use, the Contractor shall Immediately place and compact crushed surfacing to a width, line and grade conforming to federal ADA requirements after rough grading Is complete. The Contractor shall conduct all operations to minimize any drop-offs (abrupt changes In roadway, shoulder, street, sidewalk, or pedestrian or bicycle path) left exposed to traffic during working and nonworking hours. Unless otherwise specified In the approved TCP, drop-offs left exposed to traffic shall be protected as follows: 1. Drop-offs up to 0.20 foot, unless otherwise ordered by the Engineer, may remain exposed with appropriate warning signs alerting motorists, pedestrians, and bicyclists of the condition. 2. Drop-offs more than 0.20 foot that are In the traveled way, shoulder, auxiliary lane, sidewalk, or pedestrian or bicycle path will not be allowed unless protected with appropriate warning signs and further protected as Indicated In 3b or 3c below. 3. Drop-offs more than 0.20 foot, but no more than 0.50 foot, that are not within the traveled way, shoulders, auxiliary lanes, pedestrian or bicycle path shall be protected with appropriate warning signs and further protected by having at least one of the following: a. A wedge of compacted stable material placed at a slope of 4:1 or flatter. b. 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 Boeing Secondary Levee & Floodwall/Hallock 1 - 28 June 20, 2012 Project Number 09-3009 be required at the beginning of the section. For night use, the barrier shall have approved warning lights. 4. Drop-offs more than 0.50 foot not within the traveled way, shoulders, auxiliary lanes, or sidewalks, or bicycle or pedestrian paths, shall be protected with appropriate warning signs and further protected as Indicated in 3a, 3b, and/or 3c if all of the following conditions are met: a. The drop-off is less than 2 feet; b. The total length throughout the project is less than 300 feet; C. The drop-off does not remain for more than three working days; d. The drop-off is not present on any of the holidays listed in Section 1-08.4; e. The drop-off is only one side of the roadway. 5. Drop-offs more than 0.50 foot that are not within the traveled way, shoulder, auxiliary lane, sidewalk, pedestrian or bicycle lane, and are not otherwise covered by No. 4 above, shall be protected with appropriate warning signs and further protected as indicated in 3a or 3c. 6. Open trenches within the traveled way, shoulder, or auxiliary lane shall have steel plate covers placed and anchored over them. A wedge of suitable material, shall be placed for a smooth transition between the pavement and the steel plates where required. Open trenches within sidewalks, or pedestrian or bicycle paths shall not be permitted unless a suitable detour route is provided. Warning signs shall be used to alert motorists, pedestrians, and bicyclists of the presence of the steel plates, or pedestrian, or bicycle detour. 7. The Contractor shall be responsible for providing adequate safeguards, safety devices, protective equipment, and any other needed actions to protect the life, health, and safety of the public, and to protect property in connection with the performance of the work covered by the contract. The Contractor shall perform any measures or actions the Engineer may deem necessary to protect the public and property. The responsibility and expense to provide this protection shall be the Contractor's except that which is to be furnished by the City as specified in other sections of these specifications. Nothing contained in this contract is intended to create any third-party beneficiary rights in favor of the public or any Individual utilizing the highway, road, or street facilities being constructed or improved under this contract. 8. The Contractor shall keep all traffic lanes, shoulders, auxiliary lanes, sidewalks, pedestrian or bike lanes clear of equipment and materials during nonworking hours unless otherwise shown on the TCP approved by the City. 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. Boeing Secondary Levee & Floodwall/Hal lock 1 - 29 June 20, 2012 Project Number 09-3009 SECTION 1-07,23(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.23(2) Construction and Maintenance of Detours Unless otherwise approved by the Engineer, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove the following Items when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, street, bridge, sidewalk, pedestrian or bicycle path during construction, 2. Detour crossings of Intersecting highways, streets, or roads, and 3. Temporary approaches. Unit contract prices will cover construction, maintenance, and removal of all detours shown in the plans or proposed by the City. The Contractor shall pay all costs to build, maintain, and remove any other detours, whether proposed for the Contractor's convenience or to facilitate construction operations. Any detour proposed by the Contractor shall not be built, or used, until the Engineer approves. Surfacing and paving of built detours shall be consistent with traffic requirements. Upon failure of the Contractor to immediately provide, maintain, or remove detours or detour bridges when ordered to do so by the Engineer, the City may, without further notice to the Contractor or the Surety, provide, maintain, or remove the detours or detour bridges and deduct the costs from any payments due or coming due the Contractor. SECTION 1-07.23 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.23(3) Temporary Street Closures Whenever the plans or Special Provisions require a temporary road closure, the costs for the associated work for that temporary road closure shall be paid for under the traffic control bid items contained within the contract proposal. Whenever the Contractor proposes a temporary road closure that would prevent traffic from passing through the work zone in order to expedite the Contractor's work, and that closure will result in either a time savings and/or cost savings as determined by the Engineer, the Contractor shall pay all costs associated with safely implementing that approved temporary road closure; i.e., regardless of the fact that the contract may include bid items for some or all of the work and materials required to implement this cost, or time saving Traffic Control Plan (TCP), all of the costs necessary for the preparation of the TCP, and for providing and implementing the traffic control devices and flaggers, shown on the TCP approved by the City's Traffic Control Supervisor shall be at the Contractor's sole expense. Boeing Secondary Levee & Floodwall/Hallock 1 - 30 June 20, 2012 Project Number 09-3009 At least ten days prior to beginning work on a temporary road closure, the Contractor will submit a TCP for that temporary road closure to the City for review and approval. Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and remove signs; or to provide, erect, maintain other traffic control devices when shown on the approved TCP for the temporary road closure, or when ordered to do so by the Engineer, the City may, without further notice to the Contractor or the Surety, perform any of the above and deduct the costs from any payments due or coming due the Contractor. 1-07.23(4) Road Maintenance Until Accepted in writing by the Engineer, the Contractor will maintain all roads within the confines of the project in a condition satisfactory to the Engineer. This shall include periodic grading of any street, detour, etc., on which traffic is allowed, wherever, in the opinion of the Engineer, such grading is required. When construction operations are such that debris from the work is deposited on the streets, the Contractor shall cover all loads, and as a minimum, remove on a daily basis, any deposits or debris which may accumulate on the roadway surface. Should daily removal be insufficient to keep the streets clean, the Contractor shall perform removal operations on a more frequent basis. If the Engineer determines that a more frequent cleaning is impractical or If the Contractor fails to keep the streets free from deposits and debris resulting from the work, the Contractor shall, upon order of the Engineer, provide facilities for and remove all clay or other deposits from the tires or between wheels before trucks or other equipment will be allowed to travel over paved streets. Should the Contractor fail or refuse to clean the streets in question or the trucks or equipment in question, the Engineer may order the work suspended at the Contractor's risk until compliance with the Contractor's obligation is assured or, the Engineer may order the streets in question cleaned by others and such costs incurred by the City In achieving compliance with these Contract requirements, including cleaning of the streets, shall be deducted from monies due or to become due the 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. Boeing Secondary Levee & Floodwall/Hallock 1 - 31 June 20, 2012 Project Number 09-3009 SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are Indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City of Kent will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. The Johnson Property Holdings LLC property, located at 20205 59tn Avenue South, Pacific Business Park, Kent, Washington, Parcel Number 660021024, has not been obtained. The right of way from this property is expected to be obtained by August 31, 2012. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract documents. Additional documents may be purchased from the City at the price specified by the City or in the 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. Boeing Secondary Levee & Floodwall/HaIlock 1 - 32 June 20, 2012 Project Number 09-3009 After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other Interested parties that the City determines to Invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related Items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction meeting the following: 1. A price breakdown of all lump sum Items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. 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 Boeing Secondary Levee & Floodwall/Hal lock 1 - 33 June 20, 2012 Project Number 09-3009 lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: requiring the Engineer or those assistants that the Engineer deems necessary to be present during the work; requiring the Contractor to reimburse the City for the cost of engineering salaries paid City employees who worked during these times; considering the work performed on Saturdays and holidays as working days with regard to the Contract Time. Assistants may include, but are not limited to, survey crews; personnel from the City's material testing lab; inspectors; and other City employees when, in the opinion of the Engineer, the Contractor's work necessitates their presence. Recognized holidays shall be as follows: 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 Boeing Secondary Levee & Floodwall/Hallock 1 - 34 June 20, 2012 Project Number 09-3009 defined in the Special Provisions, such work shall be considered as overtime work. On all such overtime work an inspector shall be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's and/or Surveyor's time may be scheduled. The Contractor shall reimburse the City for the full amount of the straight time plus overtime costs for employees of the City required to work overtime hours. The City may deduct these costs from any amounts due or to become due the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City's resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of City's resources or for other reasons beyond the City's control. The original and all 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: 1-08.5 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 the Contractor which is planned to occur no later than the estimated date for issuance of Notice to Proceed (see Section 1-03.3). Boeing Secondary Levee & Floodwall/Hallock 1 - 35 June 20, 2012 Project Number 09-3009 The Contract will be considered substantially complete when the parking lot is paved with all permanent pavement markings, the berm and park are to grade, restored, Irrigated and seeded, and the wall is constructed to plan. (Also see Section 1-05.11(1)). 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 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. 7. Item number. Boeing Secondary Levee & Floodwall/Hallock 1 - 36 June 20, 2012 Project Number 09-3009 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 1-09.9(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.9(1) Retained Percentage There will be reserved and retained from monies earned by the Contractor, as determined by the progress estimates approved and accepted by the City, a sum equal to five percent of all amounts of such estimates. Withholding, management, and release of such retained monies shall be in accordance with the provisions of Chapter 60.28, RCW. At the option of the Contractor, the retained funds shall be: 1. Retained in a fund by the City; 2. Deposited by the City in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest on moneys reserved by the City under the provision of a public improvement contract shall be paid to the Contractor; 3. Placed in escrow with a bank or trust company by the City. When the moneys reserved are placed in escrow, the City shall issue a check representing the sum of the moneys reserved payable to the bank or trust company and the Contractor jointly. This check shall be converted into bonds and securities chosen by the Contractor and approved by the City and the bond and securities shall be held in escrow. Interest on the bonds and securities shall be paid to the Contractor as the interest accrues. The Contractor shall notify the Engineer regarding the option chosen for holding the retained funds as soon as possible after the Contract award, but at any rate within twenty calendar days from the date of issuance of the Notice to Proceed. If Contractor does not so notify the City, the Contractor shall be deemed to have made a final decision to place the monies retained in a fund by the City (Item (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 connection with the investment of the retained percentages in securities. The City may also, at its option, accept a bond for all or a portion of the Contractor's retainage. Release of retained percentage will be made sixty (60) days following the Completion date (pursuant to RCW 39.12, RCW 39.76, and RCW 60.28) provided the following conditions are met: Boeing Secondary Levee & Floodwall/Hallock 1 - 37 June 20, 2012 Project Number 09-3009 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. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond completion date. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING; 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. Boeing Secondary Levee & Floodwall/Hallock 1 - 38 June 20, 2012 Project Number 09-3009 For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the 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. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or pedestrian or bicycle paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans (TCP's) approved by the City. Boeing Secondary Levee & Floodwall/Hal lock 1 - 39 June 20, 2012 Project Number 09-3009 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 Traffic Control Supervisor (TCS). The TCS shall be responsible for safe implementation of approved Traffic Control Plans (TCP's) provided by the TCM. The TCM and TCS shall be certified as work site traffic control supervisors by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or (206) 382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 A TCM and TCS are required on all projects that have traffic control. The TCM may also perform the duties of the TCS. The Contractor shall identify an alternate TCM and TCS who can assume the duties of the assigned or primary TCM and TCS in the event of that person's inability to perform. Such alternates shall meet the same requirements as the primary TCM and TCS. The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be available upon the Engineer's request at other than normal working hours. The TCM and TCS shall have the appropriate personnel equipment - including two-way radios for communications with flaggers - and material available at all times, in order to expeditiously correct any deficiency in the traffic control system. SECTION 1-10.2(1)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.2(1)A Traffic Control Manager The duties of the Traffic Control Manager (TCM) shall include: 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS) to ensure that proper safety and traffic control measures are implemented and consistent with the specific Boeing Secondary Levee & Floodwall/Hallock 1 - 40 June 20, 2012 Project Number 09-3009 requirements created by the Contractor's work zones and the Contract. 2. Providing the Contractor's designated TCS with approved Traffic Control Plans (TCP's) which are compatible with the work operations and traffic control for which they will be implemented. 3. Discussing proposed traffic control measures and coordinating implementation of the approved TCP's with the Engineer. 4. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any adjacent construction or maintenance operations. 5. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) with appropriate police, fire control agencies, state, city or county engineering, medical emergency agencies, school districts, and transit companies. 6. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular, pedestrian and bicyclist traffic. 7. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington, City of Kent Development Assistance Brochure #6- 5, Traffic Control Plans, and applicable standards and specifications available at all times on the project. 8. Attending all project meetings where traffic management is discussed. 9. Reviewing the TCS diaries daily and being aware of "field" traffic control operations. 10. Assuring daily submissions of previous day's TCS diaries, indicating date of TCM review, to City's TCS. 11. Being present on-site a sufficient amount of time to adequately accomplish the above-listed duties. SECTION 1-10.2(1)B IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.2(1)B Traffic Control Supervisor A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required, or whenever required by the Engineer. The TCS shall personally perform all the duties of the TCS. During non- work periods, the TCS shall be available to the job site within a 45- minute time period after notification by the Engineer. The TCS's duties shall include: 1. Inspecting traffic control devices and night time lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and night time lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more also need to be inspected once during the non-working hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). Boeing Secondary Levee & Floodwall/Hal lock 1 - 41 June 20, 2012 Project Number 09-3009 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-0406, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the project records. The Contractor may use their own form if it is approved by the Engineer. Include in the diary such Items as: a. When signs and traffic control devices are Installed and removed, b. Location and condition of signs and traffic control devices, C. Minor revisions to the approved Traffic Control Plan (TCP), d. Lighting utilized at night, and e. Observations of traffic conditions. 3. Ensuring that corrections are made if traffic control devices are not functioning as required. The TCS may make minor revisions to the approved TCP to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has concurrence of the TCM and the City TCS. 4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. 5. Ensuring that all needed traffic control devices are available and in good working condition prior to the need to Install those devices. 6. Having a current set of approved TCP's and applicable contract provisions as provided by the TCM and the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington, City of Kent Development Assistance Brochure #6-5, Traffic Control Plans, and applicable standards and specifications. The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS are accomplished, and the TCS has possession of a current flagging card. An ANSI Type II retro-reflective vest and a hard hat shall be worn by the TCS whenever they are on the project. SECTION 1-10.2(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.2(2) Traffic Control Plans (TCP's) The Traffic Control Plan (TCP) or Traffic Control Plans (TCP's) appearing in the contract plans show a method of handling traffic. All flaggers are to be shown on the Traffic Control Plan (TCP) except for emergency situations. If the Contractor's methods differ from the contract TCP's, the Contractor shall propose modification of the TCP's by submitting supplemental TCP's showing the necessary construction signs, flaggers, and other traffic control devices required for the project to the City's Traffic Control Supervisor (TCS) for review and approval. The Contractor's supplemental TCP's shall be in accordance with the established standards for plan development as shown in the MUTCD, Part VI, including Washington State Modifications to the MUTCD WSDOT publication M 24-01, and the more stringent requirements of City of Kent Development Assistance Brochure #6-5, Traffic Control Plans. The Contractor's supplemental TCP's shall be submitted to the Boeing Secondary Levee & Floodwall/Hallock 1 - 42 June 20, 2012 Project Number 09-3009 City's TCS for review and approval at least ten calendar days in advance of the time the signs and other traffic control devices will be required. The Contractor shall be solely responsible for providing copies of the approved TCP's to the Traffic Control Supervisor (TCS). THE FIRST PARAGRAPH OF SECTION 1-10.2(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.2(3) Conformance to Established Standards Traffic Control Plans (TCP's), flagging, signs, and all other traffic control devices furnished or provided by the Contractor shall conform to the standards established In the latest approved edition of the Manual on Uniform Traffic Control Devices (MUTCD) adopted by the Washington State Department of Transportation (WSDOT), and published by the U.S. Department of Transportation; and the Washington State Modifications to the MUTCD, publication M 24-01 published by WSDOT, except as modified by the more stringent requirements contained within the City of Kent Development Assistance Brochure #6-5, Traffic Control Plans. Copies of the MUTCD may be purchased from the Superintendent of Documents, U.S. Government Printing Office, Washington, DC, 20402. Washington State Modifications to the MUTCD, publication M 24-01, may be obtained from the Department of Transportation, Olympia, Washington 98504. City of Kent Development Assistance Brochure #6-5, Traffic Control Plans, may be obtained from the City of Kent Public Works Department. When these publications appear to be in conflict, the decision of the City's Traffic Control Supervisor (TCS) shall be final. THE LAST TWO SENTENCES IN THE FOURTH PARAGRAPH OF SECTION 1- 10.2(3) ARE DELETED AND REPLACED WITH THE FOLLOWING: When the Contractor obtains new traffic control devices or equipment subject to the requirements of NCHRP 350 Category 2, the Contractor will first provide to the City verification that such new traffic control devices or equipment have been certified NCHRP 350 compliant. THE LAST SENTENCE OF THE LAST PARAGRAPH IN SECTION 1-10.2(3) IS DELETED AND REPLACED WITH THE FOLLOWING: When a sign or traffic control device becomes classified less than "acceptable" it shall be left in place until replaced with an acceptable sign or traffic control device. The replacement must occur within 12 hours, and only then will that traffic control device be removed from the project. SECTION 1-10.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.3(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 Boeing Secondary Levee& Floodwall/Hallock 1 - 43 June 20, 2012 Project Number 09-3009 contact with the Traffic Control Manager, Traffic Control Supervisor, and project management (foremen, superintendents, etc.). The hours eligible for "Traffic Control Labor" will be those hours actually used for the previously described work. Any work described under Section 1-10.2(1)B performed by a Traffic Control Supervisor (TCS) will be paid for as "Traffic Control Labor" per hour. 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)A Construction Signs All signs required by the Traffic Control Plans (TCP's) approved by the City's Traffic Control Supervisor, as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All non-applicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor. All orange background construction signs shall utilize materials and be fabricated in accordance with Section 9-28. All orange background construction signs shall be fabricated with Type IV or Type VII fluorescent orange sign sheeting. All post mounted signs with Type IV or VII sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting. Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi-permanent nature. Sign and support installation for Class A signs shall be in accordance with the contract plans or the Standard Plans. Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. Boeing Secondary Levee & Floodwall/Hallock 1 - 44 June 20, 2012 Project Number 09-3009 Payment for setup and take down of Class B signs will be under the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1-10.3(1), and for transportation described in Section 1-10.3(2) when there is a contract price for "Traffic Control Vehicle." Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be promptly replaced by the Contractor without additional compensation. SECTION 1-10.3(3)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.3(3)C Portable Changeable Message Sign The PCMS shall meet the requirements of the MUTCD and the following: The PCMS shall employ one of the following technologies: 1. Back-lighted split-flap 2. Fiber optic/shutter 3. Light emitting diode 4. Light emitting diode/shutter S. Flip disk Regardless of the technology, the PCMS shall meet the following general requirements: 1. Light emitting and must not rely solely on reflected light. 2. Have a display consisting of individually controlled pixels no larger than 2 1/2 inch by 2 1/2 inch. If the display is composed of individual character modules, the space between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix. 3. When activated, the pixels shall display a yellow or orange image. When not activated, the pixels shall display a flat black image that matches the background of the sign face. 4. Capable of displaying alphanumeric characters that are a minimum of 18 inches in height. The width of alphanumeric characters shall be appropriate for the font. The PCMS shall be capable of displaying three lines of eight characters per line with a minimum of one pixel separation between each line. 5. The PCMS message, using 18 inch characters, shall be legible by a person with 20/20 corrected vision from a distance of not less than 800 feet centered around an axis perpendicular to the sign face. 6. The sign display shall be covered by a stable, impact resistant polycarbonate face. The sign face shall be non-glare from all angles and shall not degrade due to exposure to ultraviolet light. Boeing Secondary Levee & Floodwall/Hal lock 1 - 45 June 20, 2012 Project Number 09-3009 7. Capable of simultaneously activating all pixels for the purpose of pixel diagnostics. Any sign that employs flip disk or shutter technology shall be programmable to activate the disks/shutters once a day to clean the electrical components. This feature shall not occur when the sign is displaying an active message. 8. The light source shall be energized only when the sign is displaying an active message. 9. Equipped with a redundant light source such that the sign will continue to emit light if one of the light sources fails. The PCMS panels and related equipment shall be permanently mounted on a trailer with all controls and power generating equipment. The power generating equipment for the PCMS must not exceed the maximum permissible environmental noise levels of the City of Kent Noise Ordinance, Chapter 8-05 KCC, when measured at a distance of 20 feet. The PCMS shall be operated by an easy to use controller that provides the following functions: 1. Select any preprogrammed message by entering a code. 2. Sequence the display of at least five messages. 3. Blank the sign. 4. Program new message, which may include moving arrows and chevrons. 5. Mirror the message currently being displayed or programmed. Portable changeable message sign(s) shall be available, on site, for the life of the project. The Contractor shall operate the PCMS in accordance with the approved traffic control plans or as directed by the Engineer. The PCMS shall not be used in lieu of sequential arrow signs. The location and use of the PCMS will meet the following guidelines: 1. Each PCMS must be located so that it provides the maximum legibility 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 Clty's Traffic Control Supervisor (TCS) when those messages are not clearly stated on the approved TCP. 6. When prevailing speeds through the work zone exceed 40 mph, the PCMS must be protected by crashworthy barriers, or shielded with Impact attenuators or crash cushions meeting the requirements of NCHRP 350. Boeing Secondary Levee & Floodwall/Hallock 1 - 46 June 20, 2012 Project Number 09-3009 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 WSDOT Standard Plan K-80.20-00. 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. 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 1-10.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.4 Measurement No unit of measure will apply to the position of Traffic Control Manager (TCM) and it will be considered incidental to unit contract prices. When the TCM performs the duties of Traffic Control Supervisor (TCS), measurement and payment will be as specified for the TCS. Traffic Control Supervisor (TCS) will be measured for each hour a person is actually performing the duties described in Section 1-10.2(1)B as authorized by the Engineer. Portions of an hour will be rounded up to a whole hour. A minimum of 4 hours will be paid when the Engineer authorizes the TCS to be on the lob 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. Class A Construction Signs will be measured by the square foot of panel area. A Class A Construction Sign may be used in more than one location and will be measured for payment for each new installation. Class B construction signs will not be measured for payment. Sign posts or supports will not be measured for payment. No specific unit of measurement will apply to the lump sum item of Temporary Traffic Control Devices. Boeing Secondary Levee & Floodwall/Hal lock 1 - 47 June 20, 2012 Project Number 09-3009 Portable Changeable Message Signs (PCMS) will be measured per day for each day that the PCMS is in operation within the project limits. The days of operation will be determined by the Engineer. Days of operation in excess of those determined by the Engineer will be at the Contractor's expense. Portions of a day will be rounded up to a whole day. 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. When the approved Traffic Control Plan (TCP) requires that signs be installed on the Type III barricade, the signs will be considered part of the project traffic control and will be measured by the square foot as a Class A construction sign, except when the sign is relocated in conjunction with the relocation of the Type III barricade, no additional measurement will be made for the Class A construction sign. Temporary Barriers will be measured by the foot of barrier actually installed in conformance to the approved Traffic Control Plan (TCP). The TCP will show the minimum distance of barrier to be installed, but the amount of barrier will be rounded up to reflect the actual barrier distance required to provide this minimum distance as determined by the Engineer. When there is a conflict, the length of the barrier will be determined by the Engineer. Additional barrier provided in excess of that amount determined necessary by the Engineer will be at the Contractor's expense. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment II 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 "Construction Signs Class A" per square foot of panel area shall be full pay for all costs for performing the work described in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial Boeing Secondary Levee &Floodwall/Hallock 1 - 48 June 20, 2012 Project Number. 09-3009 acquisition, the Initial Installation of Class A signs, and ultimate return of any City-furnished signs. Payment will not be made for Class A signs delivered to, or removed from the project without the approval of the City's Traffic Control Supervisor. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(5). Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 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"ape III Barricade" per each will be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for relocating barricades to a new location in accordance with the plans, approved Traffic Control Plans (TCP's), or as ordered by the Engineer, or moving barricades to or from temporary storage, as approved by the Engineer, will be paid under the item "Traffic Control Labor". 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: Boeing Secondary Levee & Floodwall/Hallock 1 - 49 June 20, 2012 Project Number 09-3009 1. The entire construction area under contract and for a distance to include the Initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also Included. If the project consists of two or more sections, the limits will apply to each section Individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, Irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control Items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the Special Provisions. BoeingSeconds Levee & Floodwall Hallock 1 - 50 June 20 2012 Secondary / Project Number 09-3009 DIVISION 2 - EARTHWORK 2-01 CLEARING. GRUBBING, AND ROADSIDE CLEANUP SECTION 2-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.1 Description The Contractor shall clear, grub, and clean up all material within the right of way as shown on the plans. Only remove trees and other vegetation 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. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements The City has identified the following materials that are marked for removal, but that will be salvaged, protected and reused as part of this project: 1. Park Signs 2. Fixed and Removable Bollards 3. Concrete Curb Stops The salvaged materials listed above shall be removed, hauled and stored by the Contractor for reinstallation on the project as specified on the plans. All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. Boeing Secondary Levee & Floodwall/Hallock 2 - 1 June 20, 2012 Project Number 09-3009 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 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 less than 4 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. This material must meet specifications called out for the embankment material. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement Surface Integrity is to be Maintained In removing traffic islands and/or traffic curbs the Contractor shall: 1. Haul broken-up pieces and complete sections of traffic curbs and all waste materials to an off-project site, unless otherwise directed by the Engineer, or permitted by the Special Provisions. 2. Completely remove all block traffic curbs, pre-cast traffic curbs, connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the compacted subgrade, or to the surface of the underlying pavement where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, and fill any surface voids caused by the removal work. Boeing Secondary Levee & Floodwall/Hallock 2 - 2 June 20, 2012 Project Number 09-3009 5. Repair any damage to adjacent traffic curbs that were designated to remain, but that was caused by the removal of the traffic curbs. 6. Remove and dispose of all waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid Items when they are Included in the Proposal: The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 Inches, and from roads for a depth of 6 Inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: (Encountered thickness - 6 Inches) x unit bid pace =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 $2.00 _ $0.67/SY in addition to the unit price. No other compensation shall be allowed. 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. "Removal of Traffic Islands and/or Traffic Curb", lump sum. The unit price contract price per lineal foot for "Saw Cut Existing Asphalt Concrete Pavement" constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 Inches, It shall be paid according to the following formula: Boeing Secondary Levee & Floodwall/Hallock 2 - 3 June 20, 2012 Project Number 09-3009 (Encountered thickness - 6 Inches) x unit bid price = additional 6lnches compensation For example, if the Contractor encounters pavement to be removed which Is 8 inches thick and its unit bid price was $2.00/LF then its additional compensation for the extra thickness would be: x $2.00 (8 - 6) 6 = $0.67/LF in addition to the unit bid price. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that Is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. The unit contract price per each for "Remove and Reinstall Concrete Wheel Stops" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove each concrete wheel stop, protect it, and reinstall the undamaged wheel stop at the new location as shown on the plans and as directed by the Engineer. The unit contract price per lump sum for "Remove and Reinstall Park Sign with New Foundation" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove the Park Sign, protect It, and reinstall the undamaged sign at the new location as shown on the plans and as directed by the Engineer with a new foundation as described in these specifications. The unit contract price per each for "Remove Giant Sandbags" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove, haul and dispose of giant sandbags, sandbags, liner material, and sand as shown on the plans and as directed by the Engineer. The unit contract price per lump sum for "Remove Existing Irrigation" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to cut, cap, remove and dispose of the existing irrigation system In areas shown on the plans and as directed by the Engineer. 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. Boeing Secondary Levee & Floodwall/Hallock 2 - 4 June 20, 2012 Project Number 09-3009 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)8 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)B Earth Embankment Construction Prior to placement of the levee Embankment and other earthen fill, the subgrade shall be stripped of asphalt, top soil and vegetation, aerated and proof-compacted with a self-propelled compactor with lug attachments of a sheeps-foot roller. Following proof-compaction of the subgrade, the fill shall be placed directly onto the Irregular ground surface created by the lug wheel. No surface grading shall be performed before or between placing lifts of fill as continuous smooth surfaces could create seepage channels for water. Any smooth areas should be scarified 1 to 2 Inches deep prior to placing the next lift. Maximum lift thickness shall be 12 inches. The embankment material shall be compacted to 95 percent of the maximum dry density as determined by ASTM D-1557 test procedures. Once the embankment has reached maximum height as shown on the plans, the Contractor shall grade the surface to the final subgrade before applying top soil. Refer to Levee Sections on the drawings. See Section 4-03 for Gravel Borrow for Levee Embankment. SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. SECTION 2-03.3(14)3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)E Unsuitable Foundation Excavation An inspection trench shall be excavated under all levees as shown on the plans. Undesirable underground features such as abandoned utilities, animal burrows, buried logs, debris, or otherwise unsuitable material or potential seepage paths should be removed or intercepted as directed by the Engiener. Backfill should be placed only after inspection of the trench by the Engineer. Backfill should be placed and compacted as specified in 2-03.3(14)B. Native material shall be used for backfill if excavated material is deemed satisfactory. Boeing Secondary Levee & Floodwall/Hallock 2 - 5 June 20, 2012 Project Number 09-3009 Should the inspection trench reveal undesirable underground features, additional excavation to remove said features shall be paid as Unsuitable Foundation Excavation. The inspection trench (if unsuitable materials are found) and unsuitable foundation excavation will be backfilled with Gravel Borrow for Levee Embankment in accordnace with Section 2-03.3(14)B. All of the above specified unsuitable excavated material shall be hauled and disposed by the Contractor. See Section 2-03.3(7)C of the Kent Special Provisions for disposal sites. SECTION 2-03.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.5 Payment The unit contract price per linear foot for "Inspection Trench" constitues complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to excavate the trenches as shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation, inspection, backfilling, compacting, removal, hauling and disposal of unsuitable excavated materials. See Section 4-03.5 for payment for levee embankment and construction. 2-06 SUBGRADE PREPARATION SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2- 03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 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. Boeing Secondary Levee & Floodwall/Hallock 2 - 6 June 20, 2012 Project Number 09-3009 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. The Contractor shall return the hydrant meter and wrench undamaged after use. The Contractor shall be responisble for paying for damage or loss of hydrant meter or wrench. 2-12 CONSTRUCTION GEOSYNTHETIC SECTION 2-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.1 Description This work shall consist of furnishing and installing non-woven geotextile fabric at the locations shown on the plans and described in the specifications. SECTION 2-12.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.2 Materials Non-woven geotextile fabric shall meet the material requirements of Section 9-33 of the Standard Specifications for high survivability, separation and soil stabilization, and underground drainage for each geotextile use as specified on the plans or in the Kent Special Provisions. SECTION 2-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.3 Construction Requirements The Contractor shall take all necessary precautions to not tear or damage the fabric during installation. The fabric shall be laid down by hand. Folds or creases in the fabric shall be pulled flat. The fabric sides and ends shall be anchored or weighted sufficiently to prevent slouching. Joints or seams shall be overlapped a minimum of two (2) feet. SECTION 2-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.4 Measurement Non-woven geotextile fabric shall be measured per square yard of materials placed. Boeing Secondary Levee & Floodwall/Hallock 2 - 7 June 20, 2012 Project Number 09-3009 SECTION 2-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.5 Payment The unit contract price per square yard for"Geotextile Fabric. Non- Woven" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install the fabric at the locations shown on the plans and described In the specifications. Boeing Secondary Levee & Floodwall/Hallock 2 - 8 June 20, 2012 Project Number 09-3009 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) Gravel Borrow for Levee Embankment ........... 9-03.14(5) 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 2- 03.3(14)B and Section 4-04.3 of the Kent Special Provisions. 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 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, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. Boeing Secondary Levee&Floodwall/Hallock 4 - 1 June 20, 2012 Project Number 09-3009 The unit contract price per ton for "Gravel Borrow for Levee Embankment, Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the gravel borrow as shown on the plans and described in the specifications. 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 BYADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment "Crushed Surfacing Top Course, 5/8 Inch Minus" "Crushed Surfacing Base Course, 1-1/4 Inch Minus" The unit contract price per ton for the above item(s) constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. Boeing Secondary Levee & Floodwall/Hallock 4 - 2 June 20, 2012 Project Number 09-3009 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also Includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-02 BITUMINOUS SURFACE TREATMENT SECTION 5-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-02.5 Payment Anti-stripping additive shall be included in the price of asphalt (grade) per ton. The quantity of asphalt material shall not be reduced by the quantity of anti-stripping additive. 5-04 HOT MIX ASPHALT SECTION 5-04.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.1 Description Section 5-04 of the Standard Specifications is modified per the WSDOT GSP "Hot Mix Asphalt" as Included, except as modified herein. SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.2 Materials Recycled materials for the pavement sections shall not be allowed. SECTION 5-04.3(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(7)A Mix Design The City of Kent at its option may approve a current WSDOT approved mix design, 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. Boeing Secondary Levee & Floodwall/Hallock 5 - 1 June 20, 2012 Project Number 09-3009 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. HMA Cement and Gradation: Extraction tests shall be taken every 500± tons as determined by the Engineer or each day whichever is less. 2. The Engineer is not precluded from taking more tests above if deemed necessary. 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 HMA Class 1/2" PG 64-22shall 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 HMA Class 1/2", PG 64-22 asphalt concrete shall be 1 1/2 inch. Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. SECTION 5-04.3(10) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3(10)B IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(10)B Control For 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 Boeing Secondary Levee & Floodwall/Hallock 5 - 2 June 20, 2012 Project Number 09-3009 level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. Cores used to check density will be approved only when designated by the Engineer. 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). 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. The 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. Boeing Secondary Levee & Floodwall/Hallock 5 - 3 June 20, 2012 Project Number 09-3009 SECTION 5-04,5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "HMA Class 1/2", PG 64-22" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for driveways, permanent utility patches, sidewalk ramps, and other areas at the locations shown on the plans, as specified herein and as directed by the Engineer. The cost for anti-stripping additive and asphalt for tack coat shall be Included in this bid Item. The unit contract price per ton for "Cold Plant Mix for Temporary Pavement Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, removing and disposing of Cold Plant Mix as required to provide temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. 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 Boeing Secondary Levee & Floodwall/Hallock 5 - 4 June 20, 2012 Project Number 09-3009 DIVISION 6 - STRUCTURES 6-02 CONCRETE STRUCTURES SECTION 6-02.1 IS SUPPLEMENTED WITH THE FOLLOWING: 6-02.1 Description This work consists of manufacturing of custom size and design of elastomeric/urethane formliners for structural concrete walls and construction of integrally colored, vertically formed, and cast-in-place structural concrete walls with an architectural finish. Formliner Submittals 1. Provide formliner Shop Drawings indicating sizes, finishes, and configurations. Indicate backup, rustication, reveals, jointing, form tie location and pattern of placement. 2. Architect/Engineer's review is for aesthetic criteria. Manufacturer is responsible for design of formwork and back-up formliner for structural stability and sufficiency. 3. Mock up: Receive mock-up approval prior to commencing with the master liner manufacture. 4. Compliance certification by release agent manufacturer for local regulations controlling VOC's. 5. Manufacturer's installation and Product Data, including catalogue cuts of standard textures, which indicates compliance with specifications. 6. Formliner manufacturer shall submit a minimum of ten examples of projects with similar complexities and application. Submittal of Manufacturer's Data Submit manufacturer's product data with installation instructions for proprietary materials including reinforcement and forming accessories, admixtures, concrete sealer/anti-graffiti treatment, patching mortar, and curing materials for Owner approval prior to use or construction of product. Quality Assurance Formliner Manufacturer's Qualifications: Formliner manufacturer shall have a minimum of ten years experience in building architectural formliners. Manufacturer shall have a minimum of 10 years experience with artistic custom formliners and custom sizes. Concrete Installer Qualifications: Concrete installer shall be experienced and regularly engaged in producing color conditioned admixture concrete and vertically formed architectural concrete of the type specified; must employ only skilled personnel using proper equipment to produce work. Concrete installer shall provide a list of five or more projects where the same type of architectural concrete work was performed. Boeing Secondary Levee & Floodwall/Hal lock 6 - 1 June 20, 2012 Project Number. 09-3009 Concrete Work: Concrete work where Indicated to be exposed is architecturally finished concrete; special care must be taken to provide specified, finished surfaces without gravel pockets, and other defacements. Voids and pitting shall not typically exceed 1/16" and may not in any instances exceed 1/8" in any dimension. Perform work of this section in accordance with ACI 301, ACI 318 and ACI 347. SECTION 6-02.2 IS SUPPLEMENTED WITH THE FOLLOWING: 6-02.2 Materials Handling of Materials: Store materials in a dry and protected location. Protect reinforcing steel and dowels from rusting, deformation, staining, and moisture damage. Portland Cement Section 9-01.2(1) is supplemented with the following: Special color and textures shall be achieved to meet the quality of the approved Mock-up. Formliner: Formliner shall be an Elastomeric/urethane formliner, or approved equal material, capable of reuse up to 100 times and meeting the following technical data requirements: Hardness - ASTM D2240 - Shore A 50-55 Tensile (Stiffness) - ASTM D412 (100%) 212-235 Elongation - AASTM D412 - percent 300-350 Tear strength - ASTM D624 die C 160-170 Tensile Strength (Ultimate) ASTM D412 -970 Abrasion - Tabor ASTM H22 -.01 Color Gray Provide special forming materials to produce form surface with wall face design, texture and configuration as shown in the Plans. Liners to accommodate pressures to a maximum 1000 psf. Comply with manufacturer's recommendations for support of deep or large patterns which may deform under pressure. Manufacture formliners so that corners are tightly formed via miters and/or keys to enable forms to be assembled at corners providing matched pattern and continuous lines. Boeing Secondary Levee & Floodwall/Hallock 6 - 2 June 20, 2012 Project Number 09-3009 Provide formliner with plywood embedded reinforcement or epoxy bonded to plywood utilizing manufacturer's recommended epoxy and method. Allowable tolerance is 1/32" per linear foot. Manufacturer: Scott Systems, Inc. 10777 E. 45th Avenue, Denver, CO 802391 303.373.2500, fax 303.373.2755, www.scottsystem.com, or Fitzgerald Formliners, 1500 E. Chestnut Ave, Santa Ana, CA 92701, 1- 800-547-7760, www.formliners.com, or Customrock Formliner, 1434 Turquoise Drive, Carlsbad, CA 92011, I-760-602-9200, 1-800-637- 2447, www.customrock.com, or approved equal. Formliner Accessories Provide formliner accessories including but not limited to fasteners, sealants, form release agents and sealers. Release agent: Provide manufacturer's recommended release agent verified to be compatible with the formliner material. Epoxy: Provide manufacturer's recommended epoxy for application of liner to plywood backing. Patching Mortar Patching mortar, if used, shall be of the same color as the surrounding concrete and shall be CHROMIX Conpatch as manufactured by L.M. Scofield Co., or approved equal. Sealer Materials for Coating of Concrete Surfaces Section 9-08.3 is replaced with the following: Anti-graffiti treatment for protection of finished concrete wall surfaces shall be Protectosil Anti-Graffiti, Evonik Degussa Corporation 1-800-828-0919, or approved equal. Protectosil Anti-Graffiti is a clear, breathable water-based system with excellent UV stability. It Is a non- sacrificial graffiti protection. Prior to general application, a test section shall be applied to the jobsite mock-up following the manufacturer's instructions and safety requirements. The Contractor shall not begin applying anti-graffiti sealer until receiving the Engineer's written approval of the sealer sample(s). Concrete Curing Materials and Admixtures Section 9-23 Is supplemented with the following: Integral Concrete Coloring Admixture: Chromix, as manufactured by L. M. Scofield Company, 6533 Bandini Boulevard, (800) 800-9900, Los Angeles, California 90040, www.scofield.com, or Owner approved equal. The color-conditioning admixture shall be a single-component, pigmented, water reducing, concrete admixture, factory formulated and packaged In cubic yard dosage increments, not multiple additives and pigments. Admixture shall comply with U.B.C. Standard No. 26-9. The pigmenting components of color-conditioned admixtures shall conform Boeing Secondary Levee & Floodwall/Hallock 6 - 3 June 20, 2012 Project Number. 09-3009 to ASTM C 979. The concrete shall contain no reactive aggregate, and no calcium chloride. Integral color shall be L.M. Scofield Winter Beige. Provide integral color manufacturer's product data with installation instructions in the project submittal package after contract and verify in the close out package to Owner. Provide color samples as required in these special provisions. Joint and Crack Sealing Materials Section 9-04 is supplemented with the following: Construction joints shall be caulked and sealed with LITHOSEAL Buildingcalk-3G, color shall match Owner-selected Chromix integral color as manufactured by L. M. Scofield Company, 6533 Bandini Boulevard, (213) 720-3030, Los Angeles, California 90040, or Owner approved equal. 6-02.3 Construction Requirements SECTION 6-02.3(3) IS SUPPLEMENTED WITH THE FOLLOWING: 6-02.3(3) Admixtures Mix specified integral color into concrete mix as directed by manufacturer. All batching, placing, finishing, curing and caulking for color-conditioned admixture concrete shall be in accordance with Scofield's Tech-Data Bulletin A-304.11 on CHROMIX Admixtures. Single Source Responsibility: Cement, aggregates, and color from the same source shall be used throughout the job and periodically sampled for comparison of color and gradation with the material used in the approved mock-up. Provide products and materials of consistent quality in appearance and physical properties without delaying work. Submittals: Within 30 days of receiving the general contract, Contractor shall submit 3 sample colored concrete panels (minimum 9" x 9"), one for each listed integral color for selection by Owner. After color selection, Contractor shall prepare 1 job site sample of integral colored concrete using manufacturer's recommended dosage rate for coloring and using the job materials and all specified construction techniques. Concrete sample shall be formed with Heavy Granite formllner, as per the Plans. Concrete sample shall be (1) 36" x 36" x 4" tile. Boeing Secondary Levee & Floodwall/Hal lock 6 - 4 June 20, 2012 Project Number 09-3009 SECTION 6-02.3(14) IS SUPPLEMENTED WITH THE FOLLOWING: 6-02.3(14) Finishing Concrete Surfaces Formliners Submittal: Within 30 days of receiving the general contract, Contractor shall submit a 24" x 24" sample of each of the standard formed textures Identified in the Plans. Approval of samples Is required by Owner prior to beginning fabrication of any custom formliner master and formllners. Approval of jobsite mock-up is required by Owner prior to beginning fabrication of the remainder of the custom formliner master and formllners. Formliner Delivery,. Storage and Handling Manufacturer shall have the ability to provide finished custom liner of the size and design specified within ten weeks from date of order. Manufacturer shall have the ability to provide a replacement formliner using the master liner within a time period of one calendar week. Manufacturer shall fabricate formliner, store the liners and provide delivery to the project site by the date specified by the Owner at project outset. Cover formliners to protect from oil, dirt and UV exposure. Storage of formllners shall be in temperatures below 140 degrees. Store formllners flat. Ship formllners on flat pallets and protect all edges. Formliner Cleaning and Bonding: All methods for cleaning or bonding of the formliner shall be according to manufacturer's recommendations. Formliner release agent: Apply following manufacturer's recommendations. Formliner preparation: Clean, recondition, and make free of buildup prior to each pour. Inspect for blemishes or tears. Repair following manufacturer's recommendations. Formliners with repairs, patches, or defects which, in the opinion of the Engineer, would result In adverse effects to the concrete finish shall not be used and shall be replaced. Boeing Secondary Levee & Floodwall/Hallock 6 - 5 June 20, 2012 Project Number 09-3009 General Requirements for Concrete Surface Finishes Produced by Formliners Horizontal and vertical joints shall be spliced in accordance with the manufacturer's printed Instructions. The Contractor shall not place concrete against the formllners until receiving the Engineer's approval of the forms and splices. Concrete in load supporting forms utilizing these formllners shall be cured in accordance with Section 6-02.3(17)N. Once the forms are removed, the Contractor shall treat the joint areas by patching or light sandblasting as required by the Engineer to ensure that the joints are not visible. Care shall be taken to ensure uniformity of color throughout the textured surface. A change in form release agent will not be allowed. Form ties shall be a type that leaves a clean hole when removed. All permanently exposed surfaces, unless specifically noted otherwise, shall be free from local bulging, and unsightly ridges or lips shall be removed. Rub down or chip off fins or other raised areas 1/4 Inch or more in height. Excessive rubbing will not be permitted. Immediately after removal of form or form lining, concrete surfaces shall be inspected for defects. All voids, spalls, and tie rod holes shall be repaired immediately after the forms are removed unless otherwise directed by the Engineer. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Engineer for each individual area. The concrete used for repairing shall be of such quality that it can be thoroughly bonded to the adjacent concrete. Repaired and patched areas must match surrounding areas in color and texture so as to be indistinguishable after completion, including curing and finishing. Determine mix for color by trial mixes before patching; after initial cure, dress patch or repair area mechanically or by hand for texture match. Defective Concrete Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances, specified requirements, and/or Engineer's comparison to approved jobsite mock-up. Repair or replacement of defective concrete will be determined by the Engineer. The cost of additional testing shall be borne by Contractor when defective concrete is identified. Every precaution shall be taken by the Contractor to protect finished surfaces from stains or abrasions. Surfaces or edges likely to be injured during the construction period shall be properly protected. The top of wall and concrete wall surfaces which are not textured through use of a formliner, and where no other texture is specified, shall be finished with a sandblast finish. Boeing Secondary Levee & Floodwall/Hallock 6 - 6 June 20, 2012 Project Number 09-3009 Clean all landscape and paved areas after finishing, and remove all excess concrete from the site. SECTION 6-02.3(14)C IS REPLACED WITH THE FOLLOWING: 6-02.3(14)C Pigmented Sealer for Concrete Surfaces Anti-graffiti Treatment for Concrete Surfaces: Tech-Data Bulletins: Refer to, and follow all manufacture's recommendations for application, procedures, and quantities, except as specified. Refer to the appropriate Tech-data Bulletins for Protectosil Antigraffiti, as provided by Evonik Industries, or approved equal. Concrete must be allowed to cure a minimum of 28 days, and patching materials, caulking, grout, and sealing materials must be fully cured before application. All washed or wet areas should be allowed to thoroughly dry (minimum of 24 hrs.) before application of the sealer to avoid trapping moisture under the sealer. Remove dirt, dust and materials that will Interfere with the proper and effective application of the anti-graffiti coating. It is the responsibility of the Contractor to prepare the surfaces of the concrete as recommended by the Anti-graffiti Manufacturer and acceptable to the Engineer. On site integral colored concrete mock-up tiles (as per Section 6-02.3 (3) of these Special Provisions) shall be cured 14 days prior to applying sealer to the tiles at two different application rates. The sealer application rate shall be chosen and approved by the Engineer prior to the start of construction. The final approved mock-up shall be retained for comparison to the final treated wall. Apply anti-graffiti treatment In accordance with manufacturer's instructions to all exposed concrete, except for flat work; protect adjacent finished surfaces and plants from overspray. SECTION 6-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SUBSECTION: 6-02.3(29) Mock Up New Section: Provide 6' x 6' mock up of Owner-selected portion of the custom formed wall with approved textures and depths illustrating the draft and relief to be used. Mock up shall be full-scale, for Engineer's review at the job site using actual job specific materials, methods and workmanship. These include colored concrete mix, forming system, form release agents, placement rate, form pressures, joint sealing, vibrating and stripping practices. In addition, demonstrate patching and repair procedures for spalled concrete, and voids caused by honeycombing or other reasons. Incorporate formwork accessories and minimum of one vertical and one horizontal formliner joint. Mock up shall be produced Boeing Secondary Levee & Floodwall/Hallock 6 - 7 June 20, 2012 Project Number. 09-3009 and approved at least one month prior to concreting. Several mock- ups and coordination meetings with the Engineer may be required to attain approved mock-ups. Accepted mock up shall be the standard by which remaining work will be evaluated for technical and aesthetic merit. Accepted mock up is a prerequisite to beginning job formwork. Remove mock-ups from site upon completion of Work and approval by Owner. SECTION 6-02.5 IS SUPPLEMENTED WITH THE FOLLOWING: 6-02.5 Payment Payment will be made in accordance with Section 1-04.1 for each of the following bid Items that are Included in the proposal: "Conc. Class 4000 for Retaining Wall and Floodwall," per cubic yard. All costs in connection with furnishing and installation of integral color, concrete finishes, formliner master, formliner, formed surface textures, joints, samples, mock-ups, and anti-graffiti treatment shall be included by the Contractor in the unit Contract Price per square foot for "Architectural Finish for Retaining Wall and Floodwall". 6-11 REINFORCED CONCRETE WALLS SECTION 6-11.5 IS SUPPLEMENTED WITH THE FOLLOWING: 6-11.5 Payment "St. Reinf. Bar for Retaining Wall and Floodwall", per pound. DIVISION 6 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 6-20 SHEET PILING 6-20.1 Description The work covered by this section consists of furnishing equipment, labor, and materials; providing shop drawings, and performing all operations In connection with the installation of the metal sheet piling wall system, including bolted or structural connections; and miscellaneous steel, in accordance with these specifications and the applicable drawings. References The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Boeing Secondary Levee &Floodwall(Haliock 6 - 8 June 20, 2012 Project Number 09-3009 ASTM International (ASTM) ASTM A 572 (2007) Standard Specification for High-Strength Low- Alloy Columbium-Vanadium Structural Steel ASTM A 36 (2005) Standard Specification for Carbon Structural Steel ASTM A 325 (2007) Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength ASTM A 449 (2007a) Specification for Hex Cap Screws, Bolts, and Studs, Steel, Heat Treated, 120/105/90 ksi Minimum Tensile Strength, General Use ASTM F 436 (2007) Hardened Steel Washers ASTM A 123 (2002) Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products American Institute Of Steel Construction (AISC) AISC 348 (2000) Structural Joints Using ASTM A325 or A490 Bolts Submittals The following shall be submitted to the City for approval: Steel Sheet Piling Shop Drawings: Shop drawings for steel sheet piling, including fabricated sections, and miscellaneous steel, shall show complete piling dimensions and details, driving sequence and location of installed piling. Shop drawings shall include details of the method for handling piling interlocks. Shop drawings shall also show complete details for the fabrication, erection, and installation of all miscellaneous steel including special fabricated piles and connections. Driving Equipment: Complete descriptions of driving equipment, including qualifications of equipment operators, shall be submitted prior to commencement of work. Product Data: Manufacturer's literature available from suppliers that demonstrates compliance with applicable specifications. Test Reports: Test reports or certificates of compliance that show that the materials to be provided are in compliance with the applicable specifications. Testing of sheet piling for mechanical properties shall be performed after the completion of all rolling and forming operations. Test Records: A complete and accurate record of each sheet pile driven shall be submitted within 3 days of completion of pile driving operations. The record shall indicate the pile location (as driven), date driven, size, driven length, embedded length, final elevations of tip and top, pile weight, blows required for each foot of penetration throughout the entire length of the pile and for the final 6 inches of penetration, and the total driving time. When vibratory hammers are used, the Boeing Secondary Levee& Floodwall/Hallock 6 - 9 June 20, 2012 Project Number 09-3009 driving records shall Include pile penetration rate data in feet of Installation per minute. The record shall also Include the type and size of equipment used and the rate of operation. Materials Test Certificates: Materials test certificates and test reports shall be submitted for each shipment of steel sheet piling and identified with specific lots prior to Installing piling. Identification data should Include piling type, heat analysis number, chemical composition, mechanical properties, and the steel manufacturer's name. 6-20.2 Materials Metal Sheet Piling Steel Sheet Piling Steel sheet piling shall be hot-rolled sections of the type shown on the Contract Plans or an approved alternative section, conforming to the requirements of ASTM A 572 Grade 50. The Interlocks of the sheet piling shall be free-sliding, provide a swing angle suitable for the Intended Installation, but not less than 5 degrees when Interlocked, and maintain continuous Interlocking when Installed throughout their entire length. The sheet piling shall be homogeneous for the full thickness of the section and shall be capable of developing the structural capacity using the full section modulus. Any sheets determined to be defective shall be rejected and replaced as directed by the Engineer and at no cost to the City Sheet piling shall be provided with standard pulling holes. Pulling holes shall be in the web of the section and within the top twenty (20) inches of the sheet pile top. Holes are not allowed in the flanges of the sheet pile sections unless indicated on the Contract Plans. Cold Formed Sheet Pile Cold Formed Sheet Pile sections will not be considered for this project. Appurtenant Metal Materials Bolts All bolts shall conform to ASTM A 325 or ASTM A 449 as indicated on the Contract Plans with threads excluded from the shear plane. All bolts shall be installed at the proper location and set straight and square with connecting members. Hardened washers conforming to ASTM F 436, shall be provided under nuts and bolt heads. Until final acceptance of the completed work, the Contractor shall be required to check, straighten and tighten bolts in any part of the structure. Installation shall conform to the requirements of AISC 348 as applicable. Bolt Holes All holes for bolts shall be provided where required or specified and at the proper location or position. Holes in metal members shall be Boeing Secondary Levee & Floodwall/Hal lock 6 - 10 June 20, 2012 Project Number 09-3009 shop punched or drilled. Field cutting or drilling of holes will be allowed where field variations of bolt location may be expected. Field cut bolt holes shall be drilled or torched undersized and shall be reamed to the proper size. Burrs and ridges around the holes shall be removed flush to the surface. Unless otherwise indicated or specified all holes for items that are to be inserted through metal members shall be standard size and not more than 1/16 inch larger than the diameter of the item being installed. Transition Sheet Pile Sections The Contractor shall design and provide transition sheet pile sections as necessary to accommodate alignment changes. Transition sheet pile sections shall be fabricated from plates, angles, and standard pile sections cut or bent as necessary. Miscellaneous Plates and Shapes Miscellaneous plates and shapes, as shown on the Contract Plans, shall conform to ASTM A 36/A 36M. Galvanizing shall conform to ASTM A 123/A 123M. Piling Driving Equipment Pile driving equipment shall be either vibratory hammer or hydraulic press type. 6-20.3 Construction Requirements General Delivery and Storage Materials delivered to the site shall be new and undamaged and shall be accompanied by certified test reports. The manufacturer's logo and mill identification mark shall be provided on the sheet piling as required by the referenced specifications. Sheet piling shall be stored and handled in the manner recommended by the manufacturer to prevent permanent deflection, distortion or damage. Storage of piling should also facilitate required inspection activities. Field Measurements The Contractor shall obtain all field measurements required for proper and adequate fabrication and installation of the work. Exact measurements are the Contractor's responsibility. Preparation The Contractor shall relocate/remove all stone, concrete, submerged timbers, and other materials interfering with the proper alignment and performance of the work. Boeing Secondary Levee & Floodwall/Hal lock 6 - 11 June 20, 2012 Project Number 09-3009 Placing and Driving Placing Any excavation required within the area where sheet pilings are to be Installed shall be completed prior to placing sheet pilings. Pilings shall be placed plumb with out-of-plumbness not exceeding 1/8 Inch per foot of length and true to line. Temporary wales, templates, or guide structures shall be provided to ensure that the pilings are placed and driven to the correct alignment. Pilings properly placed and driven shall be Interlocked throughout their length with adjacent pilings to form a continuous diaphragm throughout the length or run of piling wall. Driving Pilings shall be driven with the proper equipment and by approved methods so as not to subject the pilings to damage and to ensure proper sheet pile Interlocking throughout their lengths. Each pile shall be driven continuously and without Interruption until the required depth of penetration has been reached. If a pile falls to reach the tip elevation shown on the Contract Plans, the Contractor shall notify the Engineer and perform corrective measures as directed. Driving equipment shall be maintained in proper alignment during driving operations by use of leads or guides. Pilings damaged during driving or driven out of interlock shall be removed and replaced at the Contractor's expense. Adequate precautions shall be taken to ensure that pilings are driven plumb within the maximum permissible taper. If at any time the forward or leading edge of the sheet piling wall Is found to be out-of-plumb in the plane of the wall, the piling being driven shall be driven to the required depth and tapered pilings shall be provided and driven to interlock with the out-of-plumb leading edge or other approved corrective measures shall be taken to ensure the plumbness of succeeding pilings. The maximum permissible taper for any tapered piling shall be 1/8 inch per foot of length. The horizontal alignment of the steel sheet pile wall shall be within one (1) inch of the required location after completion of driving. Pilings in each run or continuous length of piling wall shall be driven alternately in Increments to the required depth or elevation. No piling shall be driven to a lower elevation than those behind It in the same run except when the pilings behind it cannot be driven deeper. If the sheet piling next to the one being driven tends to follow below final elevation it may be pinned to the next adjacent piling. Pilings shall be driven to depths shown on the Contract Plans and shall extend up to the elevation shown on the Contract Plans for the top of pilings. A tolerance of one (1) inch above the required top elevations will be permitted providing the top of the piling is cut in a neat straight line. Pilings shall not be driven within 100 feet of concrete that is less than 7 days old. Obstructions An obstruction Is defined as an object encountered during sheet piling driving operation which prevents the pile to be driven to the Boeing Secondary Levee & Floodwall/Hallock 6 - 12 June 20, 2012 Project Number 09-3009 tip elevation shown in the contract plans. The obstruction shall be removed if determined necessary by the Engineer. If the Contractor demonstrates to the Engineer that removal of the obstruction is impractical, the Contractor shall make modifications to the sheet piling construction specified in the Contract Plans as directed by the Engineer. Modifications to the sheet piling construction include, but are not limited to changes to the wall alignment and sheet pile elevations. Unexpected Existing Utilities The Contractor shall notify the Engineer immediately of any utility encountered during the placing and driving of the sheet piling. The Engineer will direct the Contractor to relocate the utility, abandoned the utility, or penetrate the wall with the utility. Cutting Off and Splicing Pilings driven to refusal or to the point where additional penetration cannot be attained and are extending above the required top elevation shall be cut off to the required elevation, as directed by the Engineer. Pilings driven below the required top elevation and pilings damaged by driving and cut off to permit further driving shall be extended as required to reach the top elevation by splicing when directed by the Engineer at no additional cost to the City. If directed by the Engineer shall be spliced as required to drive them to depths greater than shown on the Contract Plans and extend them up to the required top elevation. Splices shall be made by an approved butt weld, making full penetration of the pile section, or as otherwise directed or approved by the Engineer. Pilings ad]oining spliced pilings shall be full length unless otherwise approved. Ends of pilings to be spliced shall be squared before splicing to eliminate dips or camber. Pilings shall be spliced together with concentric alignment of the interlocks so that there are no discontinuities, dips or camber at the abutting interlocks. Spliced pilings shall be free sliding and able to obtain the maximum swing with contiguous pilings. The tops of pilings excessively battered during driving shall be trimmed when directed at no cost to the City. Piling cutoffs shall become the property of the Contractor and shall be removed from the site. The Contractor shall cut holes in pilings for bolts and reinforcement bars, as shown on the Contract Plans or as directed. All cutting shall be done in a neat and workmanlike manner. A straight edge shall be used in cuts made by burning to avoid abrupt nicks. Bolt holes in steel piling shall be drilled or may be burned and reamed by approved methods that will not damage the surrounding metal. Handling holes shall be plugged or cut off. Inspection of Driven Piling The Contractor shall inspect the interlocked joints of driven sheet pilings extending above ground. Pilings found to be out of interlock shall be removed and replaced at the Contractor's expense. Boeing Secondary Levee & Floodwall/HaIlock 6 - 13 June 20, 2012 Project Number 09-3009 Pulling and Redriving The Contractor shall pull selected pilings after driving to determine the condition of the underground portions of pilings when directed by the Engineer. The Engineer found to be damaged to the extent that Its usefulness in the structure is Impaired shall be removed and replaced at the Contractor's expense. Pilings pulled and found to be in satisfactory condition shall be redriven when directed by the Engineer. Temporary Construction The Contractor is responsible for temporary bracing and support of the structure during construction and shall protect all exposed partially complete work against damage. Any structural component damaged during construction shall be replaced by the Contractor at no cost to the City. The Contractor's means and methods of providing temporary protection shall be included in the work plan as approved by the Engineer. Quality Control The Contractor shall establish and maintain quality control for work under this section to assure compliance with contract requirements and maintain records of his quality control for all construction operations including, but not limited to, the following: Materials; Sheet piling driving operations, including type and rating of pile driving equipment; and Driving depth or depth of refusal. A copy of the records of inspections, as well as the records of corrective actions taken, shall be furnished to the City as directed by the Engineer. Removal The removal of pilings shall consist of pulling, sorting, cleaning, inventorying and storing previously Installed pilings as directed by the Engineer. Pulling The method of pulling piling shall be approved by the Engineer. Pulling holes shall be provided in pilings to avoid damaging piling interlocks and adjacent construction. If the Engineer determines that adjacent permanent construction has been damaged during pulling the Contractor will be required to repair this construction at no cost to the City. Pilings shall be pulled one sheet at a time. Pilings fused together shall be separated prior to pulling unless the Contractor demonstrates to the satisfaction of the Engineer that the pilings cannot be separated. The Contractor will not be paid for the removal of pilings damaged beyond structural use due to proper care not being exercised during pulling. Boeing Secondary Levee & Floodwall/Hallock 6 - 14 June 20, 2012 Pr03ect Number. 09-3009 Sorting, Cleaning, Inventorying and Storing Pulled pilings shall be sorted, cleaned, Inventoried and stored by type Into groups as (1) pilings usable without reconditioning, (2) piling requiring reconditioning and (3) piling damaged beyond structural use. Backfilling Voids Where voids adjacent to steel sheet piling are induced by pile driving operations, the Contractor shall pump out all seepage and rain water and backfill the void(s) with a tremie-placed slurry. The slurry shall consist of sand mixed with enough water to produce a slurry sufficiently viscous to thoroughly fill the void(s). 6-20.4 Measurement Steel Sheet Pile shall be measured for payment by the area of 2- dimensional projected wall area for each size pile used. The projected wall area for the following cases shall be calculated as follows: 1. Projected wall area shall be computed by multiplying the horizontal length of the wall measured along the center4ne of the wall times the length of piles measured from the tip elevation to the cut-off elevation. 2. For installed pilings that are directed to be cut off before reaching the penetration depth shown on the Contract Plans, the portion cut off will be measured for payment as the difference between the total length of piling shown on the Contract Plans for that location and the length of piling installed below the point of cut-off. Pilings not driven to the penetration depths shown on the Contract Plans, which are directed by the Engineer to be cutoff, except for those cutoffs necessitated by excessive battering, will be paid by each square foot of sheet pile for the portion cut off. Measurement for payment will be as stipulated herein at the rate of 50 percent of the applicable unit price. 6-20.5 Payment Payment will be made in accordance with Section 1-04.1 for the following: "Sheet Piling -Wall Type A (AZ38-700N)", per square foot "Sheet Piling - Wall Type B (AZ38-700N)", per square foot "Sheet Piling - Wall Type B (AZ24-700)", per square foot "Sheet Piling - Wall Type C (AZ12-770)", per square foot "Sheet Piling - Removing Obstructions or Construction Modifications", per force account "Sheet Piling - Unexpected Existing Utilities", per force acocunt Payment for steel sheet piling in place, of the size and type of sheet piling specified, shall be made at the unit price per square foot. Boeing Secondary Levee& Floodwall/Hallock 6 - 15 June 20, 2012 Project Number 09-3009 Payment shall cover all costs of furnishing, handling, storing, and Installing piling, Including placing, driving, cutting holes, backfilling voids, shear studs, stiffener plates, Isolation joint components and other materials and work Incidental to construction of the sheet piling. Contractor furnished pilings, which have been Installed and are pulled at the direction of the Engineer and found to be in good condition, will be paid for at the applicable unit price for furnishing and Installing the pilings in their Initial position plus an equal amount for the cost of pulling. When such pulled pilings are redriven an additional amount equal to 50 percent of the applicable unit price for furnishing and driving the pilings will be paid for redrivmg pilings. This additional price constitutes payment for redriving only. The cost of furnishing, initial driving, and pulling the pilings is to be paid for as specified herein. When pilings are pulled and found to be damaged, no payment will be made for the initial furnishing and driving or for the pulling of such pilings. Pilings replacing damaged pilings will be paid for at the applicable unit prices. The cost of each splice made shall be incidental to the cost of the square foot area of the pile extension. An additional sum will be paid for each square foot of piling extension at the unit price per square foot of this bid item in the Bid Schedule. Payment will be made for each piling spliced, at the direction of the Engineer, in order to drive the piling to a depth greater than shown on the Contract Plans and extend the piling up to the required top elevation. Payment for removing sheet piling obstructions or construction modifications will be made for the costs associated with dealing with the obstruction. The Contractor and the Engineer shall evaluate the effort made and reach agreement on the labor, equipment, materials, and other resources utilized. The payment amount will be determined based on the agreed to cost items using the rate and markup methods specified in the WSDOT Standard Specifications Section 1-09.6. For the purpose of providing a common proposal for all Bidders, the City has entered an amount for the item "Sheet Piling - Removing Obstructions or Construction Modifications" in the Bid Proposal to become part of the total bid. Payment for work associated with unexpected existing utilities will be based on the costs associated with dealing with the unexpected existing utilities. The Contractor and the Engineer shall evaluate the effort made and reach agreement on the labor, equipment, materials, and other resources utilized. The payment amount will be determined based on the agreed to cost items using the rate and markup methods specified in the WSDOT Standard Specifications Section 1-09.6. For the purpose of providing a common proposal for all Bidders, the City has entered an amount for the item "Sheet Piling - Unexpected Existing Utilities" in the Bid Proposal to become part of the total bid. Boeing Secondary Levee & Floodwall/Hallock 6 - 16 June 20, 2012 Project Number 09-3009 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, thereby protecting the work, nearby wetlands, streams, retention/detention ponds, the storm drainage conveyance system and other bodies of water. Exposed and unworked soil shall be stabilized by suitable and timely application of Best Management Practices (BMPs). Best Management Practices are those practices that provide the most effective, practicable means of preventing or reducing pollution generated by non-point sources. Best Management Practices fall into a number of categories. Frequently they are split between erosion control BMPs, Including grasses, mulches or other materials used to stabilize soil surfaces, and sedimentation control BMPs including check dams, sediment ponds (basins), straw bale barriers and other structural techniques. Most sites require the use of several types of BMPs to adequately control erosion and sedimentation, so erosion control BMPs and sedimentation control BMPs are often used together to address a single problem. All planting and hydroseeding shall be performed by a licensed Landscaping Contractor registered in the State of Washington who must be experienced in work of similar nature and have adequate equipment and personnel for the indicated work. The Landscaping Contractor must acquaint itself with all other work related to site improvements, and any other work which might affect preparation for planting or hydroseeding. SECTION 8-01.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the Standard Specifications: Seed ....................................8-01.3(2)B and 9-14.2 Fertilizer ...............................8-01.3(2)B and 9-14.3 Mulch and Amendments ..........8-01.3(2)D and 9-14.4 Tackifier ...............................8-01.3(2)E and 9-14.4(7) Straw Bale Barrier..................8-01.3(9)C Quarry Spalls.........................9-13 Straw Mulch ..........................9-14.4(1) Wood Cellulose Fiber ..............9-14.4(2) Boeing Secondary Levee & Floodwall/Hallock 8 - 1 June 20, 2012 Project Number: 09-3009 Erosion Control Blanket...........9-14.5 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 Controlling pollution, erosion, runoff, and related damage may require the Contractor to perform temporary work items including but not limited to: 1. Providing ditches, berms, culverts, and other measures to control surface water; 2. Building dams, settling basins, energy dissipators, and other measures, to control downstream flows so as to protect properties and waterways from the construction work areas; 3. Controlling underground water found during construction; 4. Covering or otherwise protecting slopes until permanent erosion- control measures are working; 5. Designing, constructing and stabilizing temporary onsite conveyance channels to prevent erosion from the expected velocity of flow from a 2-year, 24-hour frequency rainfall event for the developed condition. Stabilization shall be provided to be adequate to prevent erosion of outlets and adjacent areas; 6. Protecting stormwater drain inlets made operable during construction so that stormwater runoff will not enter the conveyance system without first being filtered or otherwise treated to remove sediment; 7. Wherever construction vehicle access routes intersect paved roads, making provisions to minimize the transport of sediment (dust or mud) onto the paved road through the use of a stabilized construction entrance, tire wash or other BMP approved by the Engineer. If sediment is transported onto a road surface, the road shall be cleaned thoroughly at the end of each day (or more frequently, if necessary, to meet the requirements of the Standard Specifications) and the recovered sediment shall be deposited at a designated location approved by the Engineer; or 8. Discharging excavation dewatering devices into a sediment trap, pond, storage tank or other BMP approved by the Engineer. Should the Contractor fail to install the required 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. Boeing Secondary Levee & Floodwall/Hallock 8 - 2 June 20, 2012 Project Number 09-3009 Prior to or in conjunction with all clearing or grading, the Contractor shall Implement TESC measures as necessary to prevent erosion and to stop sediment-laden water from leaving the site and entering the storm drain system, creeks, wetlands or any other sensitive areas. The Contractor is responsible for constructing, maintaining and removing erosion control measures throughout the duration and phases of construction of the project in addition to the measures shown in the plans, as needed, and as directed by the Engineer. The Contractor shall furnish, Install, maintain and remove and dispose of water pollution and erosion and sediment control 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 TESC facilities shown on the construction plans must be constructed and functional prior to any clearing and grading activities, and in such a manner as to insure that sediment laden water does not enter the drainage system or violate applicable water quality standards. The facilities shall be in accordance with and conform to the Appendix D to the King County Surface Water Design Manual, Erosion and Sediment Control Standards, except as modified by the Kent Construction Standards or these Special Provisions. The Contractor shall construct all necessary elements and provide other necessary materials, labor, and equipment. When the Engineer determines the temporary control devices are no longer needed, the Contractor shall remove them and finish the construction area they occupied as the Engineer directs. The TESC facilities shown on the construction plans are the minimum requirements for anticipated site conditions. As construction progresses and unexpected seasonal conditions dictate and as the City requires, the Contractor should anticipate more TESCP measures. These additional measures may include additional sumps, relocation of ditches and silt fences, etc. These measures will be necessary to protect adjacent properties and to meet water quality standards. These measures shall be paid for under the unit contract bid price. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The Contractor shall provide additional facilities, as directed by the Engineer over and above the minimum requirements outlined on the approved plans. All costs for materials and labor shall be paid for under the unit contract bid price. The Contractor shall also restore all damaged areas and clean up eroded material including that in ditches, catch basins, manholes, and culverts. The Contractor shall have adequate materials on the site to respond to weather changes and shall modify the system to accommodate seasonal changes. If the Engineer or any governmental agency determines that the Contractor's drainage and erosion control measures Boeing Secondary Levee & Floodwall/Hallock 8 - 3 June 20, 2012 Project Number 09-3009 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. 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 Boeing Secondary Levee & Floodwall/Hallock 8 - 4 June 20, 2012 Project Number 09-3009 Grass seeding with fast germinating grasses alone will be acceptable only if left undisturbed for more than a minimum of six (6) weeks during the months of April through October inclusive, as approved by the Engineer. Contractor shall bear the risk of managing contaminated and uncontaminated stormwater originating from area occupied or disturbed by the Contractor during construction of the project and shall employ such additional measures as may be required to prevent environmental harm or physical damage to the work area, or adjacent property. Permit requirements from appropriate agencies are included in the Appendix. The Contractor is responsible for following all permit requirements, whether shown in the plans or not. These requirements may include, but not be limited to, providing daily inspection by an erosion control specialist of the adequacy and maintenance needs of all erosion control measures, submitting daily inspection reports, and inspecting and maintaining erosion/sedimentation control facilities on inactive sites. No additional payment will be made for following permit requirements. All costs associated with permit requirements shall be included in the associated bid item unit price. If the Engineer, under Section 1-08.6, orders the work suspended for an extended time, the Contractor shall, before the Contracting Agency assumes maintenance responsibility, make every effort to control erosion, pollution, and runoff during shutdown. Section 1-08.7 describes the Contracting Agency's responsibility in such cases. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the Standard Specifications, the Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 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 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. Boeing Secondary Levee & Floodwail/Hallock 8 - 5 June 20, 2012 Project Number 09-3009 SECTION 8-01.3(1)C IS REVISED BY DELETING ITEM 1 AND REPLACING WITH THE FOLLOWING: 8-01.3(1)C Water Management 1. If the ground water meets State Water Quality standards, it may bypass treatment facilities and be routed to its normal discharge point at a rate that will not cause erosion. SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activites are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants prohibited 3. City of Kent 2002 Surface Water Design Manual 4. Construction Stormwater General Permit - WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the variuos unit contract bid prices. Boeing Secondary Levee & Floodwall/Hallock 8 - 6 June 20, 2012 Project Number 09-3009 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)13 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 to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix Into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles which will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber Is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas in which the above methods are impractical may be seeded by approved hand methods. The slurry to be used will consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1. Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of Boeing Secondary Levee & Floodwall/Hal lock 8 - 7 June 20, 2012 Project Number 09-3009 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 B shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01.3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall be applied in accordance with the procedures and requirements for seeding in Section 8-01.3(2)B at the rates and analysis specified in Section 9-14.3 with regard to formulation and rate of application. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after the fertilizing has been accomplished and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: Boeing Secondary Levee & Floodwali/Hallock 8 - 8 June 20, 2012 Project Number 09-3009 EROSION CONTROL: Seed 170lbs/acre Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre 7. If the slurry is used in a detention pond it shall be applied at the following rates: DETENTION POND EROSION CONTROL: Seed 60 Ibs/acre (native seed mix) 100 Ibs/acre (pre-germinate annual ryegrass) Fertilizer 250 Ibs/acre (21-0-10 quick release) 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. Boeing Secondary Levee & Floodwall/Hal lock 8 - 9 June 20, 2012 Project Number 09-3009 SECTION 8-01.3(2)E IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)E Tacking Agent and Soil Binders Unless specified otherwise, wood cellulose fiber mulch per Section 9- 14.4(2) of the Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: 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 refertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Boeing Secondary Levee & Floodwall/Hallock 8 - 10 June 20, 2012 Project Number. 09-3009 Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded at the Contractor's expense. Reseeded areas will be subject to Inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION B-01.3(9)C IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(9)C Straw Bale Barrier Straw bale barriers shall be Installed per the detail and locations shown in the plans. SECTION B-01.3(9)D IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Prior to clearing and grubbing, all catch basins near disturbed areas shall be fitted with Inlet protection to prevent mud, silt and other debris from entering the storm sewer system. The Contractor shall maintain the Inlet protection on a regular schedule as recommended by the manufacturer or as directed by the Engineer. At no time shall more than one foot of sediment be allowed to accumulate within a catch basin. The Contractor shall clean all catch basins and conveyance lines prior to paving. The cleaning operation shall not flush sediment-laden water Into the downstream system. SECTION B-01.3(15) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(15) Maintenance The E.S.C. facilities shall be Inspected daily by the Contractor and maintained as necessary to ensure their continued function and operation. All sediment and material that accumulates as a result of the temporary erosion control measures must be removed and disposed properly. The Erosion and Sediment Control (ESC) Lead, as described in Section 8- 01.3(1)B shall keep the Engineer informed of all areas of sediment accumulation; and the Contractor shall remove and dispose of all sediment and debris collected by the silt fences, inlet protection, straw bale barriers and sediment traps, as directed by the Engineer. The Contractor must obtain prior authorization by the Engineer before any material removal activities commence. This maintenance requirement also applies during any winter shut down. Boeing Secondary Levee& Floodwall/Hallock 8 - 11 June 20, 2012 Project Number 09-3009 SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(18) Vehicle Maintenance and Storage Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters unless separation of petroleum products, fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be discharged into sanitary sewer or allowed to be held on ground for percolation. A recirculation system for detergent washing is recommended. Steam cleaning units shall provide a device for oil separation. Handling and storage of fuel, oil and chemicals shall not take place adjacent to waterways. The storage shall be made in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless the dispensing area is properly lighted. Disposal of waste shall not be allowed on fuel, oil, and chemical spills. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. 8-01.3(19) Failure to Perform TESCP If the Contractor fails to install the required TESCP measures, or to perform maintenance in a timely manner, or fails to identify deficiencies, and fails to take immediate action to install additional approved measures, all fines, costs of cleanup, and costs for delays and down time shall be borne by the contractor. SECTION 8-01.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.4 Measurement Temporary Sediment Traps will be measured per lump sum, which shall include the sum total of all items for a complete temporary sediment trap to be constructed and maintained as shown in the plans, and as specified in this Special Provision. SECTION 8-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per acre for "Seeding, Fertilizing, and Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 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. Boeing Secondary Levee & Floodwall/Hallock 8 - 12 June 20, 2012 Project Number. 09-3009 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered Incidental to this bid Item. Topsoil Type B Is considered Incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit bid price per lineal foot for "Filter Fabric Fence" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. The unit contract price per each for "Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit 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. This includes placing covering over the secondary levee embankment area as these soils are moisture sensitive. The unit contract price per hour for "ESC Lead" shall be full pay for all duties outlined in Section 8-01.3(1)B (Erosion and Sediment Control (ESC) Lead) in one-hour increments. 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). Boeing Secondary Levee & Floodwall/Hallock 8 - 13 June 20, 2012 Project Number 09-3009 Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or Incorporated work. Any discrepancies in the drawings shall be brought to the Immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these special provisions an article, device or piece of equipment is referred to in the singular number, such reference shall Include as many such Items as are shown on drawings or required to complete the Installation. SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.1(1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. All plant materials shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, 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 Special Planting Mixture............................. 9-14.4(11) 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. Boeing Secondary Levee & Floodwall/Hallock 8 - 14 June 20, 2012 Protect Number 09-3009 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall Immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(5) Planting Area Preparation The Contractor shall excavate planting pits to a depth of three feet below the top of adjacent sidewalks, or adjacent ground if trees are not being planted in sidewalk cutouts. Tree pits shall be about three feet in diameter, and shall be neat and uniform basins around each tree. The Contractor shall then place special planting mixture Into the tree basins, bringing to grade about one and one-half foot below the top of the planter by compaction by repeated watering. Refer to Section 8-02.3(4) of the Standard Specifications. SECTION 8-02.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(7) Layout of Planting The location of street trees shall be according to the tree placement details, unless otherwise directed by the Engineer. The Contractor shall stake street tree locations and receive the approval of the Engineer before construction begins. Trees shall be placed at all points where sidewalks are partially blocked out as shown on the tree placement details. SECTION 8-02.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(8) Planting All trees shall be carefully placed in the tree pits to prevent damage to fibrous root systems during placement and backfilling operations, with burlap removed. Trees shall be set vertically in the center of the pits, backfilled with special planting mixture, watered and settled so that the crown of the root ball will have the same relation to finished grade as it Boeing Secondary Levee & Floodwall/Hal lock 8 - 15 June 20, 2012 Project Number 09-3009 bore to the grade of the ground from which it was dug. Planting mixture shall obtain a grade two Inches below the top of the tree pit and shall be firmly compacted. All street trees shall be planted in general conformance to Kent Standard Plan 6-55. A sufficient amount of water shall be given each tree Immediately after planting to eliminate air pockets around the roots and to supply moisture to ensure life. SECTION 8-02.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9) Pruning, Staking, Guying, and Wrapping Pruning shall be limited to the minimum amount necessary to remove injured twigs and branches. Only cut injured limbs to the nearest lateral bud. Do not apply tree wound paint or petroleum product to tree cuts. The Contractor shall use rootball bracing (triangle method) rather than staking or guying to support new trees. 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". SECTION 8-02.3(13) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(13) Plant Establishment The Contractor is responsible for maintaining all trees and shrubs in a clean and thriving condition for a period of not less than one calendar years. The period of maintenance shall begin upon final installation and inspection of work, and subsequent written notification by the Engineer. Maintenance shall include all necessary cleaning, weeding, pruning, watering, and one supplemental feeding with approved fertilizer. The Contractor shall water all trees and shrubs a minimum of once per week during the months of June through September to establish the vegetation during the dry summer months. Maintenance of this watering schedule is critical to the survival of the trees and shrubs. SECTION 8-02.3(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(14) Plant Replacement The Contractor shall replace all trees and shrubs which, in the opinion of the City Nursery Supervisor, have failed to establish themselves during the maintenance period at his sole expense. All replacement planting shall be conducted in conformance to these specifications. Boeing Secondary Levee & Floodwall/Hallock 8 - 16 June 20, 2012 Project Number 09-3009 SECTION 8-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 1. Protect existing trees to remain and new plants against injury and damage, Including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer Immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per each for "Tree Planting and Staking" constitutes complete compensation for all labor, materials, tools and equipment necessary for planting and staking trees in accordance with the plans and the Kent Special Provisions. This item Includes but is not limited to root barriers, mulch, fertilizer, watering, water tubes, planting mixture, tree ties and stakes, and for watering and maintaining trees for a period of not less than two calendar years. 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. 8-03 IRRIGATION SYSTEMS SECTION 8-03.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-03.1 Description The work shall consist of removal of the existing irrigation system and installation of a new system to accommodate the new improvements. The new irrigation system shall be constructed in acccordance with the plans, specifications and the irrigation specifications included in the appendix. The work shall also include installation of two 2-inch Schedule 80 PVC conduits with pull ropes and tracer wire with three feet of cover as shown on the plans and described in the specifications or as directed by the Engineer. Boeing Secondary Levee & Floodwall/Hal lock 8 - 17 June 20, 2012 Project Number 09-3009 SECTION 8-03.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-03.5 Payment The lump sum contract price for "Irrigation System" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to Install the Irrigation system as shown on the plans and in accordance with the specifications. The lump sum contract price for "PVC Conduits" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to Install the two PVC conduits as shown on the plans and in accordance with the specifications. 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. 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: "Embedded Reinforced Cement Concrete Curb for Landscape Islands" "Embedded Reinforced Cement Concrete Traffic 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. The unit contract price per each for "Wheel Stops for Parking Stalls" constitutes complete compensation for all materials, labor and equipment required to install the wheel stop in accordance with the plans and specifications. Boeing Secondary Levee & Floodwall/Hallock 8 - 18 June 20, 2012 Project Number 09-3009 8-09 RAISED PAVEMENT MARKERS SECTION 8-09.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.1 Description This work shall consist of furnishing, and installing and removing raised pavement markers of the type specified in the plans upon the roadway surface in accordance with the plans, Standard Plans, Standard Plans, and these specifications, at locations shown in the Contract or as directed by the Engineer. Unless otherwise noted upon approved Channelization Plans, the raised pavement markings shall be Installed in strict conformance to Standard Plan 6-26(a), RPM Substitution Patterns. SECTION 8-09.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.3(1) Surface Preparation In removing raised pavement markers and plastic traffic buttons, the Contractor shall: 1. Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless otherwise directed by the Engineer, or permitted by the Special Provisions. 2. Remove all sand, or other waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. SECTION 8-09.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-09.3(6) Preliminary Spotting The Engineer will provide control points at the locations and intervals determined necessary by the City to assist in preliminary spotting of the lines before the placement of raised pavement markers begins. The Contractor shall be responsible for preliminary spotting of the lines to be marked. Approval by the Engineer is required before the placement of raised pavement markers begins. Preliminary spotting to guide the placement of raised pavement markers is required for all longitudinal lines. Preliminary spotting for each raised pavement marker shall be Boeing Secondary Levee& Floodwall/Hallock 8 - 19 June 20, 2012 Project Number 09-3009 provided with the 3-foot spacing required by Standard Plan 6-26(a), RPM Substitution Patterns. SECTION 8-09.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.4 Measurement When shown as lump sum in the plans or in the Proposal as removal of raised pavement markers and plastic traffic markings, no specific unit of measurement will apply, but measurement will be for the sum total of all Items for a complete removal of the subject Items. SECTION 8-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.5 Payment "Removal of Raised Pavement Markers and/or Thermoplastic Traffic Markings", per lump sum. 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. Temporary Secure Fencing shall consist of installing a temporary 8-foot high fence adjacent to private property to meet security needs as determined by the Engineer. SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.4 Measurement Temporary fencing and temporary secure fencing shall be measured by the linear foot of temporary fence, along the ground line exclusive of openings. Gates shall be included in the fence measurement. 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. Boeing Secondary Levee & Floodwall/Hallock 8 - 20 June 20, 2012 Project Number: 09-3009 SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment "Temporary Secure Fencing", per linear foot. "Temporary Chain Link Fencing", per linear foot. 8-14 CEMENT CONCRETE SIDEWALK DIVISION 8-14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description This work consists of the construction of cement concrete mow strip with medium broom finish and scour protection slab of the kind and designed specified, at the locations shown on the plans and where designated by the Engineer in accordance with these Specifications and in conformity to the lines and grades as staked. 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. 8-14.4 Measurement Cement concrete mow strip will be measured by the linear foot of finished surface. Scour protection slab will be measured by the square foot of finished s u rfa ce. 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: Boeing Secondary Levee & Floodwall/Hallock 8 - 21 June 20, 2012 Project Number 09-3009 The unit bid price per square foot for "Scour Protection Slab" constitutes complete compensation for all materials, labor, tools, supplies and equipment necessary to install the scour protection slab as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall Include but not be limited to: restoration of areas adjacent to slab that are disturbed from slab forms; and all other materials, labor, tools and Surfacing Top Course, and Excavation as required shall be paid under separate bid items. The unit bid per linear foot for "Concrete Mow Strip" constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete mow strip as shown on the drawings and in accordance with the Kent Special Provisions or as directed by the Engineer. The lump sum contract price for "Repair Concrete Slab" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove, protect and restore trash can, sawcut the existing slab perpendicular to the existing expansion joint, remove and dispose of existing concrete, provide forms and pour concrete and finish to match existing concrete as shown on the plans, described in the specifications and directed by the Engineer. 8-15 RIPRAP SECTION 8-15.3(6) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-15.3(6) Quarry Spalls Quarry spalls shall be placed in ditches and on surfaces to be protected, in accordance with the plans or as staked by the Engineer. After placement, the quarry spalls shall be compacted to be uniformly dense and unyielding. Quarry spalls shall be removed prior to park restoration. 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 become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of the City. The Contractor shall bundle and band the signs, and deliver the signs to the Sign Shop at the City of Kent Maintenance Facility located at 5821 South 240th Street (a.k.a. West James Street.) All signs shall be delivered to the Sign Shop prior to physical completion of the project. The Contractor shall be charged $2.00 per square foot for any signs that are lost or are rendered unusable as signs by the Contractor's operation. Also see Section 2-02.3 of the Kent Special Provisions. Boeing Secondary Levee &Floodwall/Hallock 8 - 22 June 20, 2012 Project Number 09-3009 SECTION 8-21.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3(5) Sign Relocation Relocated signs shall be Installed on new wood posts unless otherwise specified on the plans, or by the Engineer. SECTION 8-21.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.5 Payment The unit contract price per lump sum for "Removal of Traffic Signs" constitutes complete compensation for all labor, materials, supplies and equipment necessary to remove, dispose, salvage, or deliver the traffic signs shown on the plans and described in the specifications. 8-22 PAVEMENT MARKING SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description The following new pavement markings are added: Red Painted Curb - a solid red stripe, just wide enough to completely cover the concrete curbing. Fire Lane Marking - The words "No Parking - Fire Lane" shall be painted in accordance with Kent Standard Plan 6-77 as shown on the plans and as described in the specifications. SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Material for pavement and curb markings shall be white, red 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 Boeing Secondary Levee & Floodwall/Hallock 8 - 23 June 20, 2012 Project Number: 09-3009 (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 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. SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes Boeing Secondary Levee & Floodwall/Hallock 8 - 24 June 20, 2012 Project Number 09-3009 of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8- 09.3(1) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION 8-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement Painted yellow and red curb, white edge line paint stripe, double yellow center paint stripe, and two way left turn stripe shall be measured by the completed linear foot. The measurement for all painted stripes will be based upon a marking system capable of simultaneous application of two 4-inch lines with one 4-inch space between the two lines. No deduction will be made for the unmarked area when the pavement marking includes a skip stripe; and no additional measurement will be allowed when more than one line can be installed on a single pass of the marking system. Measurement of raised pavement markers will be units of one hundred for each type of marker furnished and set in place. Measurement for removal of RPMs will be the linear foot, with no deduction being made for unmarked area when the markings include a gap. SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the Proposal: The lump sum contract price for "Permanent Parking Lot Channelization" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install permanent channelization at the locations as shown on the plans, described in the specifications and in accordance with WSDOT Standard Plans M-17.10-02 and M-20.10-02 and Kent Standard Plan 6-77. DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-26 BOLLARDS 8-26.2 Materials Foundation shall be cement concrete class 3000 and rebar shall be A60 steel. Bedding shall by S/8 inch crushed gravel. If the Contractor Boeing Secondary Levee & Floodwall/Hallock 8 - 25 June 20, 2012 Project Number 09-3009 damages the painted finish of the bollards, the Contractor shall retouch the bollards with a paint type specified by the City Parks Department. 8-26.3 Construction Requirements The bollard shall be installed plumb, plus or minus 1 1/2 degrees, and spaced as shown on the Kent Standard Plans. The foundation shall not be less than 12 inches in diameter and 36 inches deep. If the Contractor damages the bollards during pickup, transport, or installation, the Contractor shall repair or replace the bollards to a condition satisfactory to the Engineer. 8-26.4 Measurement Fixed or removable bollards shall be measured per each bollard furnished and installed. 8-26.5 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 Restore Existing Fixed or Removable Bollard" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equpment necessary to remove the existing bollards and reinstall them at the new location as shown on the plans and described In the specifications and the Kent Standard Plans. 8-27 HANDRAILS 8-27.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included In the Proposal: The unit contract price per lineal foot for "Handrail" shall be full compensation to furnish all labor, materials, tools, supplies, and equipment necessary to install the handrail as shown on the plans and described in the specifications. Reference Appendix A-4. 8-28 POTHOLE UTILITIES 8-28.1 Description This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. Boeing Secondary Levee &Floodwall/Hallock 8 - 26 June 20, 2012 Pro3ect Number 09-3009 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfllled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfllled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfllled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid Items when they are included in the Proposal: The contract price per each for "Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of installing, and maintaining project signs complying with the requirements of these specifications where shown in the plans or where directed by the Engineer. The Contractor shall pick up used signs (when available) at the City Maintenance Shop on West James Street, telephone (253) 856-5600. All project signs become the property of the City at the end of the project, and the Contractor shall in all cases return project signs to the same facility when so directed by the Engineer. 8-30.2 Materials Signs shall be furnished by the City. 8-30.3 Construction Requirements 8-30.3(1) Erection of Posts All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. Boeing Secondary Levee & Floodwall/Hal lock 8 - 27 June 20, 2012 Project Number 09-3009 8-30.4 Measurement Project signs will be measured by the Installed and maintained unit. Failure of the Contractor to adequately maintain the project signs—as determined by the Engineer—shall be deemed noncompliance with this Specification. 8-30.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract per each for "Proiect Sign" price constitutes complete compensation for furnishing all labor and materials, and maintaining the project sign for the life of the project or until ordered removed by the Engineer. Failure to adequately maintain and return project signs to the City of Kent Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-31 PORTABLE TOILETS 8-31.1 Description This work shall consist of installation of two portable toilets and a portable wash station accessible to the public throughout the duration of construction. The work shall also consist of maintenance of the toilets and wash station throughout the duration of construction and removal of the toilets and wash station at the end of construction or as directed by the Engineer. 8-31.3 Construction Requirements The portable toilets and wash station must be accessible to the public from dawn to dusk. They may not block or impede pedestrians or cyclists on the Green River Trail. The Contractor may relocate the portable toilets and wash station as needed to accommodate construction areas and traffic. 8-31.4 Measurement "Portable Toilets" shall be measured per lump sum. 8-31.5 Payment The lump sum contract price for "Portable Toilets" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install, maintain, and remove upon project completion two portable toilets and a wash station at the location as directed by the Engineer. Boeing Secondary Levee & Floodwall/Hal lock 8 - 28 June 20, 2012 Protect Number 09-3009 DIVISION 9 - MATERIALS 9-03 AGGREGATES SECTION 9-03.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-03.14(5) Gravel Borrow for Levee Embankment Material for the levee embankment shall consist of granular material, either naturally occurring or processed, and shall be homogenous in nature consisting of at least 20% by weight passing the No. 200 sieve, and within 3 percent of Its optimum moisture content, defined as the moisture content corresponding to the maximum modified Proctor dry density as determined by ASTM D 1557 test procedure. All particles 4- Inches and larger shall be removed from the material. Levee embankment material shall also be free of organic and other deleterious material. 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. SECTION 9-03.14(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 3 Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized In advance by the Engineer. 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. Boeing Secondary Levee & Floodwall/Hallock 9 - 1 June 20, 2012 Project Number 09-3009 * The maximum size of stone for geosynthetic reinforced watts or slopes shall be 100 percent passing 1 1/4 Inch square sieve and 90 to 100 percent passing 1 Inch square sieve. All other sieve values continue to apply. SECTION 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.17 Foundation Material Class I and Class II Foundation Material Class I and Class II shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class II shall conform to the following gradations: Percent Passing Sieve Size Class I Class II 6" square 100 --- 4" square --- 100 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2.48 min 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING 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 Boeing Secondary Levee & Floodwall/Hal lock 9 - 2 June 20, 2012 Project Number 09-3009 commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. 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: Mix B (Playground Grass): Weight Seed Mix "B" Min. % Min % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 10% Creeping Red Rescue 95% 90% 0.5% 10% Chewin s Fescue 95% 90% 0.5% 5% Kentucky Bluegrass 95% 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 1 0 5% 15% Annual R e rass 95% 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval Including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of commercial fertilizer (6- 10-8), "lobe's Tree Stakes", or "Agriform Slow Release Tablets". Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium ......... 16% of weight Boeing Secondary Levee & Floodwall/Hallock 9 - 3 June 20, 2012 Project Number 09-3009 Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or In detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) Available phosphorous............. 0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site In original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and Indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished In bulk with certificate Indicating the above Information. 9-14.4 Mulch and Amendments SECTION 9-14.4(2) IS DELETED AND REPLACED 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 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 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.4(11) Special Planting Mixture Special planting mixture shall consist of a two-way mix consisting of 25% Pacific Garden Mulch and 75% Loamy Sand by volume. The organic component shall consist of composted yard debris or organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content. Boeing Secondary Levee & Floodwall/Hallock 9 - 4 June 20, 2012 Project Number 09-3009 Loamy sand 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: Sieve Percent Size Passing 1/4" square 100 US No. 10 80 - 90 US No. 30 65 - 70 US No. 60 25 - 35 US No. 100 15 - 25 US No. 200 5 - 10 The loamy sand shall be free from subsoil, noxious weed seed and other foreign substances and shall have a pH factor of between 5.0 and 6.0. Maximum Electrical Conductivity shall be 2.0 milliohms. Contractor shall submit a certififed laboratory analysis from an accredited soils testing laboratory Indicating the material source and compliance with all planting soil specifications to the Engineer for approval before delivery to the Project Site. The analysis shall be with a sample size of no less than one gallon. 9.14.7 Stakes, Guys and Wrapping SECTION 9-14.7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.7(1) Tree Ties Tree ties shall be patent "Tre-Ties" sufficient in size and number to adequately support the trees as determined by Quentin Poil, Nursery Supervisor at (253) 856-5127. 9-16 FENCE AND GUARDRAIL 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. Boeing Secondary Levee & Floodwall/Hallock 9 - 5 June 20, 2012 Project Number 09-3009 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. SECTION 9-28.14(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING. 9-28.14(2) Steel Structures and Posts Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 or ASTM A S3 Grade B Type E or S. The nominal pipe diameter and the pipe wall thickness shall be as specified in the plans or Standard Plans. All other structural steel for sign bridge structures and cantilever sign structures shall conform to ASTM A 36. Truss member connection hardware shall conform to Section 9-06.5(3). Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural steel for bridge mounted sign brackets shall conform to ASTM A 36. U bolts, and associated nuts and washers, shall be stainless steel conforming to Section 9-28.11, and shall be fabricated hot. Anchor rods, nuts and washers for sign bridge structure foundations shall conform to Section 9-06.5(4). Anchor rods for cantilever sign structure foundations shall conform to ASTM F 1554 Grade 104, including the appropriate supplemental requirements for grade and manufacturer's identification, and charpy impact testing (1S foot- pounds minimum at 40F). Nuts and washers for cantilever sign structure foundations shall conform to AASHTO M 291 Grade DH and AASHTO M 293, respectively. Anchor rods for sign bridge structures and cantilever sign structures shall be galvanized after fabrication a minimum of 1'-0" at the exposed end in accordance with AASHTO M 232. Anchor rod templates shall conform to ASTM A 36, but need not be galvanized. Steel sign structures and posts shall be galvanized after fabrication in accordance with AASHTO M 111, unless noted otherwise in the plans. All bolts, nuts, and washers shall be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise specified in the plans or Special Provisions, metal surfaces shall not be painted. Boeing Secondary Levee & Floodwall/Hallock 9 - 6 June 20, 2012 Project Number 09-3009 Minor fabricating and modifications necessary for galvanizing will be allowed if not detrimental to the end product as determined by the Engineer. If such modifications are contemplated, the Contractor shall submit to the Engineer, for approval six copies of the proposed modifications, prior to fabrication. Boeing Secondary Levee & Floodwall/Hallock 9 - 7 June 20, 2012 Project Number 09-3009 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. STORM 5-24 Tree Planting 5-31 Filter Fabric Fence 5-35 Temporary Stockpiling STREET 6-32 Trail 6-57 Site Grading 6-58 Minor Fills Around Trees 6-77 Fire Lane Marking 6-74 Typical Thermoplastic Lane Markings Boeing Secondary Levee & Floodwall/Hallock A - 1 June 20, 2012 Project Number 09-3009 TREE TIE SHALL NOT CONSTRICT TREE DEVELOPMENT PLACE TOP OF ROOTBALL 1"ABOVE THE LEVEL OF NATIVE SOIL BEFORE MULCH, STAKE ONLY IF NECESSARY POTTING SOIL SHOULD BE VISIBLE (TYPICALLY IF TREE IS GREATER THAN 4'TALL) 3" DEPTH MULCH NOT TOUCHING STEM STAKE TREE AT 1/3 HEIGHT OF TREE, USE"TREE TIES"OR CUT CIRCLING ROOTS AND ENGINEER APPROVED EQUIVALENT, SPREAD OR"BUTTERFLY" REMOVE STAKE AND TIE AFTER 1 ROOTBALL YEAR NATIVE SOIL BACKFILL WITH TOPSOIL COMPACT MODERATELY ROOT BALL BY HAND REST BOTTOM OF ROOTBALL ON UNDISTURBED NATIVE SOIL WIDTH OF PLANTING HOLE SHALL BE AT LEAST 1 5 TIMES THE WIDTH OF THE ROOTBALL SPREAD A 3' MINIMUM DIAMETER MULCH RING (DONUT)AROUND THE PLANTING HOLE T NOT TO SCALE SOSEP NOTE*THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT y� F WASh AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE iPc�q� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT Z THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST. y CITY OF KENT N � � ENGINEERING DEPARTMENT -off Q 21493� o� SISTER �F KE"NT TREE PLANTING FS�ONAL ENG\ DESIGNED DWH SCALE NONE STANDARD PLAN DRAWN BD CHECKED JDATE 5-24 [HdxEm APPROVED WIRE FABRIC NEWLY GRADED OR DISTURBED SIDE SLOPE 21 2' FILTER FABRIC FLOW MATERIAL m -LARGE ROCK 2"OR / GREATER IN DIAMETER NATIVE BACKFILL MATERIAL OR Eo 3/4"-1 5"WASHED GRAVEL / \ u ' FILTER FABRIC MATERIAL SECTION A-A 2"x2"xl4 GAUGE WELDED WIRE FABRIC OR MIRAFI 10OX OR EQUIVALENT A WIRE RINGS EQUAL(IF 180# EXTRA STRENGTH FABRIC (TYPICAL) IS USED MAY ELIMINATE WIRE FABRIC) Fl JOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS USE STAPLES, WIRE RINGS, OR EQUIVALENT TO ATTACH FABRIC TO POSTS I IE STEEL OR I I A I I I I 2 X 4 WOOD POSTS. LJ LJ I I 6'OC INSTALLATION NOTES: ELEVATION 1 FILTER FABRIC FENCE SHALL BE REMOVED WHEN THEY HAVE SERVED THEIR USEFUL PURPOSE AFTER THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED THE NEWLY DISTURBED AREAS RESULTING FROM FILTER FABRIC REMOVAL SHALL BE IMMEDIATELY SEEDED AND MULCHED OR STABILIZED AS APPROVED BY THE ENGINEER 2 FILTER FABRIC FENCES SHALL BE NOTE*THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT INSPECTED IMMEDIATELY AFTER EACH RAINFALL AND AT LEAST DAILY S0 AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE DURING PROLONGED RAINFALL ANY WAS ly ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT REQUIRED REPAIRS SHALL BE MADE of H THE CITY OF KENT, A COPY MAY BE OBTAINED UPON REQUEST IMMEDIATELY. 0 �P� co p CITY OF KENT rn � Z rr1 ENGINEERING DEPARTMENT 3 REMOVE SEDIMENT WHEN IT REACHES y �3 1/3 FENCE HEIGHT O T FILTER FABRIC FENCE -0 ,P 21493 Q w..XIxYTGy 4 INSTALL THE SILT FENCE FIRST PO FGISTER� AFTER THE SILT FENCE HAS BEEN F \C� DESIGNED DWH _ SCALE NONE STANDARO PLAN INSTALLED, CONSTRUCT BERM AND ��VGNk FNG DRAWN- CHECKED DATE TRENCH. APPROVED "n FOR FURTHER INFORMATION ON STOCKPILING MATERIAL SEE SECTION 2.3 E 24'MAX HEIGHT BURY SHEETING 10 MqN SP4CI INTO EXISTING SOILMINIMUM 4"X4"TRENCH NG TIRES, AN BAGS,OREQUILVALENT B�FENp1AS71Csh MAY BE USED TO WEIGHT PLASTIC FPS MAX SPACING SHALL BE 10' CLEAR PLASTIC SHEETING BURY SHEETING SHALL HAVE A MINIMUM THICKNESS INTO EXISTING SOIL OF 6 MIL MINIMUM 4"X4"TRENCH GENERAL NOTES. 1. PLASTIC SHEETING SHALL MEET THE REQUIREMENTS OF WSDOT STANDARD SPECIFICATIONS 9-14.5 2. MAXIMUM PERMITTED SLOPE SHALL BE 2H:1V. 3.SEAMS BETWEEN SHEETS MUST OVERLAP A MINIMUM OF 12"AND BE WEIGHTED OR TAPED 4.TEMPORARY STOCKPILES SHALL NOT BLOCK THE SIGHT DISTANCES OF ANY INTERSECTION OR DRIVEWAY. NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT QSEP�T AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE S 11 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �� pF WAS H�I THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST CZ CITY OF ENT ENGINEERING DEPARTMENTt-z� KENT TEMPORARY STOCKPILING -0 pFC 2,1493 O W...... I fi o�Fs��NALEEN�\�� DESIGNED 7JH SCALE NONE STANDARD PLAN WN CHECKED DATE 5-35 HpH FA APPROVED 2'SOFT 6-10'MULTI-PURPOSE TRAIL 2'SOFT 2'MIN (TYP) TRAIL TRAIL 1 4'PREFERRED THICKENED ASPHALT EDG€ CL Y2"PG 64-22 HMA,SEE NOTEOB SEE NOTE 7 0 w 4"BARK MULCH \/\\ \/\/ CRUSHED ROCK BASE COURSE SEE NOTE09 w \\/ cn SUBGRADE SEE NOTE@ TRAIL SURFACE SEE NOTEO 1 TRAIL CENTERLINE TO BE STAKED IN THE FIELD BY CONTRACTOR AND OTRAIL SHALL HAVE THICKENED ASPHALT EDGES FOR EROSION APPROVED BY THE ENGINEER. PROTECTION' 6"(THICK)x 10" (WIDE)MINIMUM O SUBGRADE SHALL CONSIST OF UNDISTURBED NATIVE SOIL 8.ASPHALI PAVEMENT SHALL BE HMA CL 15"PG 64-22 THICKNESS TG COMPACTED TO 95%DENSITY SUBGRADE TO BE TREATED WITH AN BE SPECIFIED BY THE ENGINEER MINIMUM THICKNESS IS 3" APPROVED HERBICIDE PRIOR TO INSTALLATION OF ASPHALT FILTER FABRIC MAY BE REQUIRED BETWEEN SUBGRADE AND BASE COURSE, O BASE COURSE SHALL BE W MINUS CRUSHED ROCK COMPACTED TO 95% DENSITY THICKNESS TO BE SPECIFIED BY THE ENGINEER 3. ROOT BARRIER MAY BE REQUIRED AT THE DISCRETION OF THE MINIMUM THICKNESS IS 4" ENGINEER 4 MAXIMUM TRAIL SIDE SLOPE IS 3:1. GRADE WITH COMPACTED 10. TRAIL WIDTH TO BE DETERMINED BY THE ENGINEER. TOPSOIL BACKFILL AS REQUIRED BOTTOM OF SIDESLOPE SHALL BE 11 PAVEMENT MARKINGS AND SIGNS SHALL FOLLOW THE MUTCD AND GRADED TO PREVENT ACCUMULATION OF RUN-OFF AASHTO"GUIDE FOR THE DEVELOPMENT OF BICYCLE FACILITIES." 5 MINIMUM BRANCH CLEARANCE ABOVE TRAIL SURFACE IS B.5 FEET. FOR EQUESTRIAN TRIALS MINIMUM BRANCH CLEARANCE FROM TRAIL SURFACE IS 10 FEET 5 MAXIMUM CROSS-SLOPE FOR TRAIL SURFACE IS 2%. NOTE*THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT SQSEp AN ELECTRONIC DUPLICATE THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT WASN� $y� THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST �Q o 0 CITY KENT 7- rri ` ENGINEERINGNG DEPARTMENT � N v KENT TRAIL A R 21493 p v+."".""ro" c P F E � OF �NALEE�G\�� DESIGNED DWH SCALE_ NONE STANDARD PLAN DRAWN BB CHECKED D L+_Z�7 o mxm V JL APPROVED EXISTING TOPOGRAPHY 2'FILL \ 6'MAX.CUT 4'MAX FILL \�\f 4'CUT -[PROPOSED GRADING SITE GRADING REQUIREMENTS. 1. B'NET CHANGE ALLOWED FROM EXISTING TOPOGRAPHY 2. 4'MAXIMUM FILL 3 6'MAXIMUM CUT 4. FOR MAXIMUM RETAINING WALL HEIGHTS,SEE STANDARD PLAN 6-63 5. SITE GRADING DOES NOT APPLY TO GRADING FOR STORMWATER �t FACILITIES S QSEPi7 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT pF W+Sy/ AN ELECTRONIC DUPLICATE THE ORIGINAL, SIGNED BY THE �c ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O i THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST a CITY OF KENT � (2� ENGINEERING DEPARTMENT 100 lF 21493 �q, �� 0, SISTER a� KENT SITE GRADING F�`tya�h1 �n\G�` w��w�oie• W f1L P, DESIGNED DWH STANDARD PLAN DRAWN BB SCALE NONE CHECKED DAZE 6-5 7 o ciKm APPROVED DRIP LINE 1"-STRAW LAYER FINISHED GRADE NATIVE SOIL FILL ORIGINAL GRADE ORIGINAL GRADE NOTES I EXTEND STRAW OUT TO DRIPLINE OF TREE �T 2 COMPACT SOIL BY HAND EQUIPMENT ONLY S�sEp17 NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT of WASly AN ELECTRONIC DUPLICATE THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT tie z � THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST y CITY OF KENT N (?� ENGINEERING DEPARTMENT ­0 ,P� 21493 En GiSTER `� KENT MINOR FILLS AROUND TRECS AL DESIGNED FDS DRAWN NONE STANDARD PLAN JM SCALE_ CHECKED DMJ DA7E 6-11-99 6-58 wciHox APPROVED 6" 6' � NOTES; TYPE 1: 6 1. CURBS SHALL BE IDENTIFIED BY A 6 INCH RED PAINT STRIPE ON THE TOP AND SIDE. 6"RED STRIPE 2. ROLLED CURBS SHALL BE IDENTIFIED BY A 6 INCH RED PAINT STRIPE ON THE UPPER MOST PORTION OF THE CURB. WHITE LETTERING 3. ROADS WITH NO CURBS SHALL BE IDENTIFIED BY A 6 INCH RED STRIPE. E 18 NO PARKING - FIRE LANE 4. THE INCHEWORDSS WHIT LETTEKING RING INGWIFIRE NE"SHALLBRO INCHES HIGH WHITE LETTERING WITH 3 INCH STROKE AND 8"MINIMUM PLACED B INCHES AS MEASURED PERPENDICULAR TO THE RED STRIPE.IN MOST CASES, BOTH SIDES SHALL BE 18"MINIMUM MARKED.WHERE LONG ROADS EXIST THE MARKING MAY ALTERNATE SIDES. MARKINGS WILL NOT EXCEED 50'APART. NO PARKING-FIRE LANE NO PARKING-FIRE LANE TYPE 2 1. IN ADDITION TO TYPE 1,HIGHWAY GRADE METAL (ALUMINUM)SIGNS SHALL BE LOCATED AT INTERVALS OR LOCATIONS AS DETERMINED BY THE FIRE CODE OFFICIAL.SIGNS SHALL BE MINIMUM 12"X 16"WITH RED LETTERS ON A WHITE BACKGROUND POSTS SHALL BE PER 6-82 AND 6-83.THE BOTTOM OF THE SIGN SHALL \DEGREES ED STRIPE BE A MINIMUM OF 7 FEET ABOVE THE CURB SIGNS SHALL BE INSTALLED NOMINALLY PARALLEL TO THE ROAD,FACING THE DIRECTION OF TRAVEL SIGNS WILL NOT EXCEED 150'APART. 2, WHERE SIGNS ARE ADJACENT TO BUILDINGS,THE FIRE CODE OFFICIAL MAY ALLOW THEM TO BE PLACED ON THE 3NV1 3WJ-9NIXIlVd ON 18"MINIMUM BUILDING OR STRUCTURE. 4 3. SEE STANDARD PLAN 6-83 FOR SIGN MOUNTING. WHITE LETTERING NONO NO PARKING PARKING NO NO FIRE FIRE PARKING PARKING LANE LANE FIRE FIRE L i L*= � LANE LANE RB-31 RB-31L tt7ti L74 TYPE 3: R8-31D R8-31R 1. DIAGONAL RED STRIPING ACROSS THE S()SEP� NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT USED WHEN REQUIRED BY THE FIRE r F Hi, WIDTH OF THE FIRE LANE SHALL BE WAS AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE � C� � cT �'O ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CODE OFFICIAL IT SHALL BE USED IN CONJUNCTION WITH A 6 INCH REDS-+ THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, STRIPE SIMILAR TO TYPE 1.THE �-. CITY OF KENT STRIPES SHALL RUN AT A 30 TO 60 ENGINEERING DEPARTMENT DEGREE ANGLE AND SHALL BE PARALLEL 'o�3;O 21493 Z, WITH EACH OTHER THE STRIPE SHALL �` KENT FIRE LANE MARKING BE A MINIMUM 6INCHES IN WIDTH AND ONAL ENG\� w"•X1Me'"" A MINIMUM OF 24 INCHES APART, DESIGNED DWN LETTERING TO OCCUR AS WITH TYPE 1 DRAWN Ell SDALE NONE STrWDARO PLANE MARKING. CHECKED DATE - s_�� APPROVED DIWI®1 5;pte-nb,-r 2000 1 9' 36' 42' TRAFFIC DIRECTION 1' ❑ o ❑ VARIES (300'MAX,) 4"GAP J� S TWO WAY LEFT TURN LANE �_ 2.5' o ❑ ❑ o ❑ o TRAFFIC DIRECTION 4"YELLOW PLASTIC LINE TYPE 2YY RPM TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 21' 21, ❑ o D o� r-8"WHITE PLASTIC LINE TYPE 2YY RPM 4 GAP 4' TYPE 2W RPM YELLOW PLASTIC LINE TRAFFIC DIRECTION TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION 30' TRAFFIC DIRECTION 12' 1' 12, 30, ❑ o TYPE 2Y RPM 1 ❑ 0 4 YELLOW PLASTIC LINE TRAFFIC DIRECTION =TYPE 2W RPM 4 WHITE PLASTIC LINE SKIP CENTER LINE TRAFFIC DIRECTION LANE LINE 6' 1 8' 1' TYPE 2W RPM 8"WHITE PLASTIC LINE 4"WHITE OR YELLOW PLASTIC LINE DOTTED WIDE LINE EDGE LINE TRAFFIC DIRECTION 21'(TYP) 18"YELLOW PLASTIC BARRIER LINE 1" ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ o° °❑ o °❑ „ 91 16"-TYPE 2Y EQUALLY SPACED 1, II SpSEPN TRAFFIC DIRECTION Wggyi � BARRIER LINE�p CITY OF KENT "WHITE PLASTIC LINE h r x ENGINEERING DEPARTMENT TYPE 2W RPM T TYPICAL THERMOPLASTIC � DROP LANE LINE -a P 21493 a � KE"N LANE MARKINGS C P o�F �NAL�EN�'\��4 DRAWNED PS SCALE ONE STANDARD PLAN CHECKED DATE 02-2003 6-74 APPROVED cm MGNM WSDOT STANDARD PLANS RETAINING, NOISE BARRIER, AND GEOSYNTHETIC WALLS D-10.10-01 Reinforced Concrete Retaining Wall Type 1 and 1SW (2 sheets) D-15.30-01 Traffic Barrier Details for Reinforced Concrete Retaining Walls (2 sheets) SITE PREPARATION AND EROSION CONTROL I-30.30-00 Wattle Installation on Slope WORK ZONE TRAFFIC CONTROL K-80.20-00 Type 3 Barricade ROADWAY DELINEATION M-17.10-02 Parking Space Layouts M-20.10-02 Longitudinal Marking Patterns Boeing Secondary Levee & Floodwall/Hal lock A - 2 June 20, 2012 Project Number 09-3009 w Z N a a � �Sa cmgya p=Ill .0 A:-A3: O O Ell P �+ a 5 O H°i7 gmoa t1So4 aWm Ss �22 owwcvoic i (Uj QNm zwo1 y"a' CVt1 ZM4 Qy!W��N E Qu Jo CR 1p �a=O 2 'm m6 O $ R Um0' J-- oaao m a a� ME f m2 q L>~G E c_c Ew c2FL W S 19 O > y 8 aq c$5_ 0�_ C�Ca 3 �ymy��Y �N a litl IS mn �382 coinm5585ta wd _ N 0 Q N N n N N 2 W g � `a� o 3 � O o rc°3 D zia 1 1 I I I I I I I „ N f j0 OI- a 1 _I I I L=1-1_ L LL m >s m � i —T _T--L7 f—T � T o L—L—L—L�— _L — Lw — —5;w — wQ 3� I �I I I I I I I wo �s �4--I 4- I-- 4 4--a---I--I— o a --81 Y I f v!yYKyyy .� U U2 FFID 2� OO 45 i Oda V3 al u Fz3�Z` K u D U ZZ y �'"LI H10.Z > �q O Swz oD F� WUO US gh J2 -1 � u Or IOi�Q O, SIN cz Nwa W w J U zl LL O � $OR z � � D Z ~0 wOWf u w J o4LLm�� _---_--_ __-_ 1 ——' 11 $$11 II Q. " wZDDS 1 €uDU F- _ F N°ng� U o w W Vd &o w N F Oxx 3�Um0 — ,y� Y Q 30nds LL NIW u yd A-S Oft:121-1 "I�rR HODO 1N3OVfOV d0 (p 6 WOLIDB MD139-NIW A•,L or ZZ W30IMHS AVMOVOd NO 3Nn ®N $vOo kOF ONMUG lVNId M0139- NIW A'Z $ � r O Ow g SN3H39 1118 AS NMVHO r` � 1'yg mmn mm��mrn�m W�� ry �W ""-,. 3,y. �o., M F 4 qa HW a y ,, ,�,_,..n.,ma„��. vQ3C; aam �� MRAN# UaNIS � WLLU m vz m 1 U. o =+' 6 r N o O F 09 26°�'1 V W m m mm�y�m u1;j�j o Novnon mm rffrr��jj m^_ m5��!8 N �, Sf $R' S Ma = �jp 9 P P Ali n P N N h s N IV N [mV PV R tNn m Cyr e{M M v�,IPn 3J 4 U aWz m mAa 44VW3°Yy f, $ � 44 c4 v`va46'va:-bbh0. 6'v�:-�abt 4��b F4�5 w Q tom AFinaa�N���mmRm mRll«F1��n««NN��m� f K r C E C N C C (9 ¢4 Q16 6 a Q Q a Q a a Q a a 6 m m n o o m n y b b b io in iv In � zz3zz333333333333 Z O � Ab' �IM'v"<m NNNNrvrR in z N NNIiNM V m W C N N N N N N d a a a¢a a a a a a a a a a a a 4 4 V<4 Y b. Y Y V N b b b F % 3333333333zz3333 _ _ ¢¢aaaaa as¢'a¢a as bbbbbbbb Nhm , ,66 a zzz3zz3zzz zz3 M ____ aQ as aaaaa aaaaa a¢ - NNmm`" r 3zz3z33333333333 " " " Q h m aaaaa¢¢a as aaaaa as rvNmP mm�rvv-nm�m- z3331i3333zzz333333 ' m d ¢a aaaaaaaaaaaaaa TPOP40 bb 44d Nbsb �m�� 7 �j� pip� ��m a gn NN am Q � as aaaaa as aaa as as fo Y 33 z13zz33z3zzz`z3z �������x a _ _ mb bblbbbb bb Annnn b to m $ uw$'u� Q Ab ro w CN tl�N Coon m m 5)bACCC�n�i 4�b �. L r n n n^r • m • o n m m , W O Oa mh bay-��� V�S-� QWry K Z i bb bb bb bbb hb mmmb.h 44<4 e4 b'. kL nn nb b,'IbM�o b bb bb bbh An-J•b b b nb isb`m inbarn zi a I�_ C U A A a A b b- ---a-N-F F m A a N �� O �i I � a rc mmmm bbb w z m w SSSAmAbbb b At.b A& II,II-F F� rco 0 LLy r n Frn65bnbb,bi�bbbbn Ab mnA mb A:nb ANN P O � mmmmmhFFFmm AA bo� mNNnv v4rAmh Fm AAb yQ IOC 1- ��11 d c AmAaAAA AAbn Nmb Abbn wb nioAb9n LL 5z NNNN rvN'rvNNNm,n" PiM v'vv iv voinm in iom 00 5a 0 �LL mo I � � L'v'v 4464a 444Rb bL 44tiFb bl' 'v FI.b�4t.b �� W�p MMM nMMMM MMMM M;;,a V 44 V V d;�mmmm Nm bmm $m Q 4N�c. ��Nsr4mm�aN b,�ccr.�NNracb'b S� _�� a �P� • �m - O m n r m P _ _ _ �ivNrv" rvN Nirm N ' rvMM MMMM MM P"rVW �i O� � •-f f N N N P F• m0 LL� O oEbb SSbAb mooi6l. bn1? 6b7nn b6 bbmzio b N N MOaR SN3tl3B lli3 AS NMtltlO nrrr.».wwuoanw.sor wumw w r ro uw�c..��xmvrunww.v.w.vry � N 9 41 WIH.uI'9�YJg11WaWWMM1�.nB.iu r IImb TMeoOw vYy.Iny4.areWw IIYICYIOr•YA�I1rPIY.4 pWbtlLL ald N say wzcoo �N c N � wW�7z ry rc t MM O E Q lz S 'Y t31 Si n� W O E O o�a IJ� t p0.oyV� VZF064 � wa O< C' �y a -----_ z a LLLL � C� 'e j H m i o a H ---- m�o u Al-d A-R AL � �____ _ — t`T --- �7T b b fi-T 3 Ifi-T w = � o 0® to-TTT III IL g b jl MP b pk7T t o a y jN � O 8N3W39799 A9 WAVW 4 sxwncaiwm wxmwwxw,nv w�rafwr+l.�r+mmrvww.rew 4 � ummv axe�ow uprvamumew.� uaroo�mw�wvrv,ov.ew.w ma a� M a a z N LLZ 6 f� zJ f8 p OQ VZyj �� IX f'U. W NZ O z� y q I 'jII� O L � 2 W gg Z 2C ANfI -"� 84rL1 CCI I 17 i QQ % Ni a! � zz 1'JN � 1 W cum. �- "� n .20 uu��5 t 3% 2 m %$: m F <A 6ivaiILI �Obf W Lu m � Y W T r� .LL 4 � ' .TILC, AL f Lt R� .LL•d „ i I ? ? t Fo n m z m w '.p. 3a Blo $� ' I all a N O N 4 Q � m N� iqw z '! I nJ�m sad m[ZaL I swam"TUB AB mv"a O c oM A 8 8� Z F o Q rryF tpna5 �'� At $ yq}AO� gyi} �6 WAR s m �g ]] gaSN�� Z w p6 RR Ira_j Ng £mA "�� WO K o A 8N E � e2 gW � EJs ®R%! j Jim jj � z fb g .8 _ $=g BR gg p EE �� m o SdL OR KS 7L A 6c * N t7 O W .° a WW� N ' � Ci . " a A XVW.9 �ZaS �s1 NIW.Z NIW.O-d u�W K W N _ w y �o W 2 m� b b b b CS caoiuo vsn .Ae NMwa SSE N w� ESw$9 9� �mm �_ �o ♦ER 8gd Q CO 3a mC x w cm m 'Eam rno mpix nc me 5 � + �s' yd �t c�Em a{ c� Ex$ _rn Ly� Ni E. '"m J ? it c� Fm m� t. d o Lp 33 Ao �t5c °� LwE dog J F� wd a @oq M Q 9 -i.4 n a�m$km' mm oaa EmE m°• �W 3333F � OPOas AOe�S W m 5Sa CN L YEmEE Fln q t 'm,- U �RMm m e'iis1LI�Ii S aa'm Nm m F q� F' i N.x.x aU $ooppa c pp m Cg o m L'mc n o ME c $ n£ _ _ —,r---- oaf o o mE m c � tO LraU mym CS ��� O $c o� ,ca' ou �v�s mm5 e3 m'@ S .2 0 m W t �mc% LL w O J L L� OQ Q. -ol$so to S H$n5 $t SE Us z ri i a o 0 pK f'a'nD Fez Cwb N 6 � a — O �u i h A V1 M Z3 Q e 2 LU tom' U Gx Z e s 6 9 ��W$m 3!y p CNN a v 5 m y A-9 a F > m LLI C A_L tJ b i s _ T R W \ b a N n a yny�wx F f-Z J % M Epp Aftl a� 07 x m W No xJ aW xJ nx � ^�L lim m2 O 4W4 =Z p�W 1- ppm,L D a2 el0 00 � w $$gm ggC 9m �ggqqq5qqa �� ggw o� Og F� za o o F� m W 8 7 tom - --- -___ bai HL Z�F nm ao� N Fj aao=vsn Aa w+vm 38 <E m ° t A•At � a" 8 m °-'E m Q�'-,y� �✓' J � W c� 3 $ F ID o c° O1 E m 4 y Od6 ya y W Z m o f m �$ �,io pq ?%-j ym JW m �w �8 dr Z N i w biV � C7w Ebpp am ans E o��. g M < W bz Qo 9�i K� II� $� a F mn a.°g H8 m p N g � J ul m W m U �o Q b .0•Al 'o,� F d°� �. f� b F G F O c b n U)z ° A"gel b < LU m - •�-Z b v J< w ra d b b E J u I bg ILW w o m to LL p alob b 2 h zm bz� � x r aLU 00 x < z Uz rcrc � / F. GZ Q w� \ to � S Oa LLLL o W DO T N on � W FFW UOG •SZ mr3 mtn b F , Oub- dzILOm 2 LL po o z 0 U �� °, O b b•a 1 5 b f � z J N A•AL Jt 6 a Z Qw J eju / U) Z m 0 m t/l o r bg W S W b z [y� b b J$ W zmJ p L N =Ills W" W Ui U W Q$ o ari m a N W� m x Wn od I O� LU m f. Aq / F e °' -naaal mN3d AB wvua A-Al .vwor�sm. .Muw N w Iw �0 W. ou ! O O o w ; xaa�� 1% N e o +u to QW g p 0 ui x s 4 i y ter` 4° S 4 IL2 co LLL 4 h 4 t7 p m t F, „t! 2 W q fi,' 3 J F n`ey`4:i1 'w ` , ) F " 11 to Hi o 3 V `se W W 2 mc��mgNrmm 0 Z Wuj 5m�N = Om c �v _ LL' Htr c '-t o " W uwi i uWl W w `s m A m r U 0 0 m m R' w my m Bo LU ` ,F, r,J _ _- W e c m 3; `m.N-c^` 419.2 8 c+ —m ra m m m y K � i W J ^{".' o kmm' c c a �8 L• Innii m '� m m'3 m m � co � w O s, ` ) k mm m33m �m�1008 �m fi pp r 4" IPA,Li pg Ll LU "3T LY rn�, O�kt! � •�'L� l �� � in - ��Ti�- h Z _''. 4'k 4W tihL J LU LU Q LU f"v ems' W - U -� 4 _ y W _ Z _ - C.F a 2 b• _ - - 2 LL w g _' g __' � W 1_ )"' J W e .BIZ W 'p r 0 3i `- W At e # 1 a W LU R Q W woa.ko vsn .Ae wuwa MISCELLANEOUS DETAILS Kent Project Sign Foundation Detail (2 sheets) 6-15(a) Removable Bollard 6-15(b) Hinge Assembly (For Removable Bollard) 6-15(c) Bollard Casing (For Removable Bollard) 6-15(d) Bollard (For Removable Bollard) 6-16 Fixed Bollard and Bollard Placement Boeing Secondary Levee & Floodwall/Hallock A - 3 June 20, 2012 Project Number 09-3009 Oz 2 a 06, C ❑❑❑ pg E El � A ll i LL rH ' E c _ a a a a M E _ g a ®E 8� m E w oil aam oa g o o� 5 �mryry� pp a 8 � { — ---t0 ❑ ❑ x 4 � fV N Z! _ v 6 IL � s a OJT O a12 c gi mV 6A p� OF %p AR$ �gg PLC 69 �3 i? n m f •w9 V V p N O sy MA � } ai ¢ x 01 4 ry Portions of these standards are being revised. Contact Transportation Engineering for current standard. 253 856.5564 DIRECTION OF BICYCLE/ O PEDESTRIAN TRAFFIC 4"x4"xt/8" A500 STEEL BOLLARD ' (SEE STO. DETAIL 6-15(d)) ° a , • �S=gib a j 1 ° 3/8" PLATE STEEL HINGE (SEE STD DETAIL 6-15(b)) ° _ PLAN VIEW "BEST" TYPE PADLOCK r� ! `a\ FINISHED GRADE ° �-- 2" ACP PAVEMENT (TYPICAL) O OOO • ° • • ooOpoOOOOOo� \\j\\j\• i i \ \/\���\%\\� 2" CRUSHED SURFACING, TOP COURSE • •�l�4 COMPACTED EARTH a • p ° t ° BOLLARD CASING ° e (SEE STD. DETAIL 6-15(c) ° '° ° •a• • 36"x12"x12" CLASS 3000 CEMENT CONCRETE BASE • ° 1 CU. FT. 5/8" GRAVEL e ° CITY OF KENT ° a'll� ENGINEERING DEPARTMENT '• + y K� S T REMOVABLE BOLLARD q{p❑0 o❑dd ❑ o o ❑ ❑ ❑ ❑ ❑ ❑ D�4U{p��•.r �M8❑ ❑ D DESIGNED ••M,•••O• SD SE _ NONE STANDARD DEWL DRAWN JN CHECKED EW DATE 6-11-99 6— 1 5(a) APPROVED air "� Portions of these standards are being revised. Contact Transportation En-gin6ering for current sta PIN=1/8" DIA. I I 2 1 R=1/8" /4" 1 i t/32" -r 1/4 1/2" I � .. 7/8" 1/2" 1" 3/4^ II `�' - 1//4.--- - 1-5/32" 4 5j16" 25/32' I {--II ----'-- - --- II 1/2" 3/4 II ------ - -- �;—,r 7/8" 1 1/4" I R=1/32" R=3/16" (2) 1/4" DIA x 3/4" LONG NF 7 1/4" STAINLESS STEEL FLATHEAD SCREWS NOTE 1. HINGE TO BE FABRICATED FROM 3/8" STEEL PLATE TO GIVEN DIMENSIONS 2. DIMENSIONS GIVEN ARE APPROXIMATE. FABRICATOR TO ADJUST AS NEEDED TO ENSURE PROPER FIT. � CITY KENT \ � ENGINEERINGNG DEPARTMENT v Kid 9 T HINGE ASSEMBLY ...".."... (FOR REMOVABLE BOLLARD) DESIGNED JB SCALE NONE STANDARD DETAIL DRAWN JAI DATE CHECKED EW 6-11-99 C`1 C r b) Gm pgN[G [J J` APPROVED 49-1 Portions of these standards are being revised, Contact Transportation En-alneering for current standard, 856-5564 1 5/32" 1 5/32" 1 1/16" N 1 1/16" 1/4" DIA NF FOR SCREWS TO PLAN VIEW FASTEN HINGE - SEE STD. DETAIL 6-15(b) 5 5/16" 4 5/8" 7/16"� 1 15/32" T —7- 5/8" I 3 %16" 1/8" `— 1/2" DIA x 6" LONG BOLT, m BEND AND WELD TO CASE n 0 I N 2 1/2" INSIDE DIA GALVANIZED IRON PIPE ELEVATION VIEW NOTES: CITY KENT ENGINEERING DEPARTMENT 1. CASE TO BE MADE OF 1/2" STEEL PLATE, • BOLLARD CASING CUT AND WELD TO GIVEN DIMENSIONS. CCCNT (FOR REMOVABLE BOLLARD) 2. DIMENSIONS GIVEN ARE APPROXIMATE. FABRICATOR DESIGNED je TO ADJUST AS NEEDED TO ENSURE PROPER FIT, DRAWN JN SCALE NONE STANDARD DETAR CHECKED EW DATE A-11- 99 6-15(c) APPROVED b1Y CHbNCER Portions of these standards are being revised. Contact Transportation Eh-alneering for current standard. 253 856-5564 4' —' 3/16" A500 STEEL PLATE CUT TO CONFORM TO SQUARE TUBE WELD AND GRIND SMOOTH. i" DIAMETER HOLES, REMOVE BURRS, TWO PLACES 4"x4"x1/8" A500 STEEL SQUARE TUBE INSTALL PLUMB PAINT. 1 COAT RUSTOLEUM PRIMER #7673 2 COATS RUSTOLEUM #7797 SEMIGLOSS WHITE 0p PAINT FULL LENGTH PRIOR TO PLACEMENT. (SEE NOTE 1.) �+ 1/4" DIAMETER STAINLESS STEEL ROD WELD TO POST 1/8" 1/8" DIA. DRAIN HOLE �n 1/4" A500 STEEL PLATE CUT TO CONFORM TO SQUARE TUBE. WELD AND GRIND SMOOTH. 1/8" N 2" OUTSIDE DIA. GALVANIZED IRON PIPE NOTES ) 2" 1. INSTALL A 4"x24" STRIP OF CONSPICUITY SHEETING FULL LENGTH IN THE DIRECTION OF TRAVEL SHEETING CITY OF KENT SHALL BE 3M BRAND SCOTCHLITE (TM) DIAMOND GRADE, ENGINEERING DEPARTMENT SERIES 980 OR APPROVED EQUAL (SEE PLAN VIEW � � ON DETAIL 6-15(o)). V K�O T BOLLARD 2. DIMENSIONS GIVEN ARE APPROXIMATE. FABRICATOR w......... (FOR REMOVABLE BOLLARD) TO ADJUST AS NEEDED TO ENSURE PROPER FIT. DESIGNED JR su E ONE 57ANDARD DETAIL DRAWN JM CHECKED Ew DATE 6-11-99 Q_ t C/d\ APPROVED ❑tr E .EEA V Jl I Portions of these standards are being revised. Contact Trans ortatlon En-alneerlito for current standard. ? 3/16" A500 STEEL PLATE CUT TO CONFORM TO TUBE. WELD AND GRIND SMOOTH 1" DIAMETER HOLE, REMOVE BURRS — TWO PLACES 4%4"0/8" A500 STEEL SQUARE TUBE. in INSTALL PLUMB. PAINT: 1 COAT RUSTOLEUM PRIMER #7673 `v 2 COATS RUSTOLEUM #7797 SEMIGLOSS WHITE PAINT FULL LENGTH PRIOR TO PLACEMENT (SEE NOTE 4) FINISHED GRADE y— �% �/j /W tO \ COMPACTED EARTH •• 171 7 1/8" (FOR ALL REBAR) I _ • ' • 36"x12"x12" CLASS 3000 CEMENT CONIC BASE #5 GRADE 60 REBAR, 4 PLACES. V, WELD TO 4'x4" TUBE. • BACK OF CURB n I ACCESS WIDTH (VARIES) 1 e • `N � FIXED BOLLARDEL ' (SEE NOTE 1) •• •� ?� 3 I REMOVABLE BOLLARD T ♦ O I 1 W I'TI' —,I LiI 1 .� Z�U ZO_U �--� v• •• Z Owl OWE • W I wJ I 1-J I QH � •~ °.• . •, • •' a I VARIES y om¢ oma y VARIES I 12"° I I SEENOTE 1 1 I SEE NOTE I r5•-0" r 5'-0-- NOTE: TYPICAL PLAN VIEW 1. ADD FIXED BOLLARDS PER STD. DETAIL NO. 6-15 AS REQUIRED FOR WIDER ACCESS ROADS. 2. EVENLY SPACE REMOVABLE BOLLARDS AT 5 FT ON CENTER WITH THE CENTER BOLLARD AT THE CENTER LINE CITY OF KENT 3. SPACING SHALL BE MINIMUM 3 FT. AND MAXIMUM 5 FT. ENGINEERING DEPARTMENT (DO NOT INSTALL OUTSIDE BOLLARDS WHEN DISTANCE � /� IS LESS THAN 3 FT V ]�Er]T FIXED BOLLARD AND 4. INSTALL A 4"x24" STRIP OF CONSPICUITY SHEETING FULL "••"'""'°" BOLLARD PLACEMENT LENGTH IN THE DIRECTION OF TRAVEL SHEETING SHALL DESIGNED KE sCALE NONE sTMDu+D DETNL BE 3M BRAND SCOTCHLITE (TM) DIAMOND SERIES 980 OR DRAWN BEW APPROVED EQUAL (SEE PLAN VIEW ON DETAIL 6-15(D)) CHECKED Dui DATE 8-11-89 6- 16 APPROVED un u.o.rcu PREVAILING WAGE RATES a Boeing Secondary Levee & Floodwall/Hallock A - 5 June 20, 2012 Project Number 09-3009 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 07/10/2012 County Trade Job Classification Wage lHoliday Overtime Note King Asbestos Abatement Workers Journey Level $40.03 5D 1 H King Boilermakers Journey Level $60.24 5N 1C King Brick Mason Brick And Block Finisher $41.41 5A 1M King Brick Mason Journey Level $48.27 5A 1M King Brick Mason Pointer-Caulker-Cleaner $48.27 5A 1M King Building Service Employees Janitor $19 52 5S 2F King Building Service Employees Traveling Waxer/shampooer $19 93 5S 2F King Budding Service Employees Window Cleaner (Scaffold) $23.94 5S 2F King Building Service Employees Window Cleaner(non-scaffold) $23.08 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $48.63 5D 1M King Carpenters Bridge, Dock And Wharf Carpenters $48.47 5A 1M King Carpenters Carpenter $48.47 5D 1M King Carpenters Creosoted Material $48 57 5D 1M King Carpenters Floor Finisher $48.60 5D 1M King Carpenters Floor Layer $48.60 5D 1M King Carpenters Floor Sander $48.60 5D 1M King Carpenters Sawfiler $48.60 5D 1M King Carpenters Shingler $48.60 5D 1M King Carpenters Stationary Power Saw Operator $48.60 5D 1M King Carpenters Stationary Woodworking Tools $48 60 5D 1M King Cement Masons Journey Level $49.15 7A 1M King Divers a Tenders Diver $100.28 51) 1M 8A King Divers Et Tenders Diver On Standby $56.68 5D 1M King Divers Et Tenders Diver Tender $52 23 5D 1M King Divers Ft Tenders Surface Rcv Ft Rov Operator $52.23 5D 1M King Divers Et Tenders Surface Rcv Ft Rov Operator Tender $48.67 5A 1B King Dredge Workers Assistant Engineer $49.57 5D 1T 8L King Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L King Dredge Workers Engineer Welder $49.62 5D 1T 8L King Dredge Workers Leverman, Hydraulic $51 19 5D 1T 8L King Dredge Workers Maintenance $49.06 5D 1T 8L King Dredge Workers Mates And Boatmen $49 57 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 a King Electricians -Inside Cable Splicer $61.93 7C 2W I 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 - Powerline Construction Certified Line Welder $59.37 5A 4A King Electricians - Powerline Construction Groundperson $42.16 5A 4_A King Electricians - Powerline Construction Head Groundperson $44.50 5A 4A King Electricians - Powerline Construction Heavy Line Equipment Operator $59.37 5A 4A King Electricians - Powerline Construction Jackhammer Operator $44.50 5A 4A King Electricians - Powerhne Construction Journey Level Lineperson $59.37 5A 4A King Electricians - Powerline Construction Line Equipment Operator $49.95 5A 4A King Electricians - Powerline Construction Pole Sprayer $59.37 5A 4A King Electricians - Powerlme 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 $82.001 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory Work $14.15 513 2K Products Only King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $33.93 7A 2Y King Glaziers Journey Level $50.91 7L 1Y King Heat B Frost Insulators And Asbestos Journeyman $55.68 5J 1s Workers King Heating Equipment Mechanics Journey Level $67.82 7F 1E King Hod Carriers Et 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 $9.24 1 King Inland Boatmen Boat Operator $51.951 5B 1K King Inland Boatmen Cook $48.62 56 11K King Inland Boatmen Deckhand $48.62 5B 11K King Inland Boatmen Deckhand Engineer $49.60 56 11K King Inland Boatmen Launch Operator $50.80 513 11K King Inland Boatmen Mate $50.80 513 11K King Inspection/Cleaning/Seating Of Cleaner Operator, Foamer Operator $31.49 1 Sewer Et Water Systems By Remote gg Control I King Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24 91 1 Sewer Et Water_SystemsBvRemote Control King Inspection/Cleaning/Sealing Of Technician $19 33 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Seating Of Tv Truck Operator $20.45 1 Sewer Et Water Systems By Remote Control it King Insulation Applicators Journey Level $48.47 5D 1M King Ironwork__ers Journeyman $58.27 7N 10 King Laborers Au, Gas Or Electric Vibrating Screed $40.03 7A 2Y King Laborers Airtrac Drill Operator $41.281 7A 2Y King Laborers Ballast Regular Machine $40.03 7A 2Y King Laborers Batch Weighman $33.93 7A 2Y King Laborers Brick Pavers $40.03 7A 2Y King Laborers Brush Cutter $40.03 7A 2Y King Laborers Brush Hog Feeder $40 03 7A 2Y King Laborers Burner $40 03 7A 2Y King Laborers Caisson Worker $41 28 7A 2Y King Laborers Carpenter Tender $40.03 7A 2Y King Laborers Caulker $40.03 7A 2Y King Laborers Cement Dumper-paving $40.77 7A 2Y King Laborers Cement Finisher Tender $40.031 7A 2Y King Laborers Change House Or Dry Shack S40.031 7A 2Y King Laborers Chipping Gun (under 30 Lbs.) $40.03 7A 2Y King Laborers Chipping Gun(30 Lbs And Over) $40 77 7A 2Y King Laborers Choker Setter $40 03 7A 2Y King Laborers Chuck Tender $40.03 7A 2Y King Laborers Clary Power Spreader $40.77 7A 2Y King Laborers Clean-up Laborer $40.031 7A 2Y King Laborers Concrete Dumper/chute Operator $40.77 7A 2Y King Laborers Concrete Form Stripper $40 03 7A 2Y King Laborers Concrete Placement Crew $40 77 7A 2Y King Laborers Concrete Saw Operator/core Driller $40.77 7A 2Y King Laborers Crusher Feeder $33 93 7A 2Y King Laborers Curing Laborer $40.031 7A 2Y King Laborers Demolition: Wrecking Et Moving $40.03 7A 2Y (incl. Charred Material) King Laborers Ditch Digger $40.03 7A 2Y King Laborers IDiver $41.28 7A 2Y King Laborers Drill Operator (hydraulic,diamond) $40.77 7A 2Y King Laborers Dry Stack Walls $40.031 7A 2Y King Laborers Dump Person $40.031 7A 2Y King Laborers Epoxy Technician $40.031 7A 2Y King Laborers Erosion Control Worker $40.03 7A 2Y King Laborers Falter Et Bucker Chain Saw $40 77 7A 2Y King Laborers Fine Graders $40.03 7A 2Y King Laborers Firewatch $33.93 7A 2Y i ubv va i King Laborers Form Setter $40.031 7A 2Y King Laborers Gabian Basket Builders $40.031 7A 2Y King Laborers General Laborer $40,031 7A 2Y King Laborers Grade Checker Et Transit Person $41.281 7A 2Y King Laborers Grinders $40.031 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) $40.03 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 Builder-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, Gunrte, 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 Rehner $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 $40.77 7A 2Y King Laborers Rodder $40.771 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 Sloper Sprayer $40.03 7A 2Y King Laborers Spreader (concrete) $40.77 7A I 2Y King Laborers Stake Hopper $40.03 7A 2Y King Laborers Stock Piler $40.031 7A 2Y , ... , . King 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 King Laborers Timber Person - Sewer (lagger, $40.77 7A 2Y Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $40.03 7A 2Y :King Laborers Topper $40.03 7A 2Y King Laborers Track Laborer $40 031 7A 2Y King Laborers Track Liner (power) $40.77 7A 2Y King Laborers Truck Spotter $40.03 7A 2Y King Laborers Tugger Operator $40 77 7A 2Y King Laborers Tunnel Work-Compressed Air Worker $52.08 7A 2Y 8Q 0-30 psi King Laborers Tunnel Work-Compressed Air Worker $57.08 7A 2Y 8Q 30.01-44 00 psi King Laborers Tunnel Work-Compressed Air Worker $60.76 7A 2Y 8Q 44.01-54.00 psi King 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 8Q 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air Worker $73.68 7A 2Y 8Q 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air Worker $75 58 7A 2Y 8Q 68.01-70.00 psi King Laborers Tunnel Work-Guage and Lock Tender $41.38 7A 2Y 8Q King Laborers Tunnel Work-Miner $41.38 7A 2Y 8Q King Laborers Vibrator $40.77 7A 2Y King Laborers Vinyl Seamer $40.03 7A 2Y King Laborers Watchman $30.84 7A 2Y King Laborers Welder $40.771 7A 2Y King Laborers Well Point Laborer $40.77 7A 2Y 'King Laborers Window Washer/cleaner $30.84 7A 2Y King Laborers Underground Sewer& General Laborer Et Topman $40.03 7A 2Y Water 'King Laborers - Underground Sewer Et Pipe Layer $40.77 7A 2Y Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1_ Installers King Landscape Construction Landscape Equipment Operators Or $28.17 1 Truck Drivers King Landscape Construction Landscaping or Planting Laborers $17.87 1 King Lathers Journey Level $48.74 5D 1H King Marble Setters Journey Level $48.27 5A 1M King Metal Fabrication (In Shop) Fitter $15.861 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11 10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $49.47 5D 1M King Modular Buildings Cabinet Assembly $11.56 1 King Modular_Buildings Electrician $11.56 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 $46 881 7Q 1R King Playground Et Park Equipment Journey Level $9.04 1 Installers King Plumbers a Pipefitters 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 $49.90 7A 1T 8P King Power Equipment Operators Cableways $50.39 7A IT 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 1T 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 1T 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 l 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 $47.121 7A I 1T 8P King Power Equipment Operators Cranes: Friction 100 Tons Through $51,51 7A I 1T 8P 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $52.07 7A 1T 8P King 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 King Power Equipment Operators Crusher $49.90 7A 1T 8P King Power Equipment Operators Deck Engineer/deck Winches $49.90 7A 1T 8P (power) King Power Equipment Operators Derricks, On Building Work $50.39 7A 1T 8P King Power Equipment Operators Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T 8P King Power Equipment Operators Dozers D-9 Et Under $49 48 7A 1_T 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck Or $49 48 7A 1T 8P Crane Mount King 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 King Power Equipment_Operators Finishing Machine, Bidwell And $49.90 7A 1T 8P Gamaco Et Similar Equipment King 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 King Power Equipment Operators Grade Engineer: Using Blue Prints, $49.90 7A 1T 8P Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $47 12 7A 1T 8P King 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 King Power Equipment Operators Hard Tail End Dump Articulating Off- $49.90 7A 1T 8P road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill Locator $49.481 7A 1T I 8P King Power Equipment_Operators Horizontal/directional Drill Operator $49.90 7A 1T 8P King Power Equipment Operators Hydrahfts/boom Trucks Over 10 $49.48 7A 1T 8P Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And $47.12 7A 1T 8P Under King Power Equipment_Operators Loader, Overhead 8 Yards & Over $50 94 7A 1T 8P King Power Equipment Operators ILoader, Overhead, 6 Yards But Not $50.39 7A 1T 8P Including 8 Yards King 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 King Power Equipment Operators Loaders: Elevating Type Belt $49.48 7A 1T 8P King Power Equipment Operators Locomotives, All $49.90 7A 1T 8P King Power Equipment Operators Material Transfer Device $49.90 7A 1T 8P King 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 1T 8P King Power Equipment Operators Motor Patrol Grader - Non-finishing $49.481 7A 1T 8P King Power Equipment Operators Motor Patrol Graders, Finishing $50.39 7A 1T 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, $50.39 7A 1T 8P Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower Distribution $47.12 7A 1T 8P It Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $49.48 7A 1T 813 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 $47.12 7A 1T 8P King Power Equipment Operators Pile Driver (other Than Crane Mount) $49.90 7A 1T 813 King Power Equipment Operators Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P King Power Equipment Operators Posthole Digger, Mechanical $47.12 7A 1T 813 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 BeRman $47.121 7A 1T 8P King Power Equipment Operators Rollagon $50.39 7A 1T 8P King Power Equipment Operators Roller, Other Than Plant Mix $47 12 7A 1T 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $49.48 7A 1T 813 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 8 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_Ec u Operators Shotcrete/gunite Equipment $47 12 7A 1T 813 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 813 90 Metric Tons King Power Equipment Operators Slipform Pavers $50.39 7A 1T 813 King Power Equipment Operators Spreader, Topsider 8 Screedman $50.39 7A 1T BP King Power Equipment Operators Subgrader Trimmer $49.90 7A 1T 8P King Power Equipment Operators Tower Bucket Elevators $49.48 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 Operators Transporters, All Track Or Truck $50.39 7A 1T 8P Type King Power Equipment Operators Trenching Machines $49.48 7A 1T 8P King Power _E_quipment Operators Truck Crane Oiler/driver - 100 Tons $49.90 7A 1T 8P And Over King Power E ui ment Operators Truck Crane Oiler/driver Under 100 $49.48 7A 1T 8P Tons King Power Equipment Operators Truck Mount Portable Conveyor $49.90 7A 1T 8P King Power Equipment Operators Welder $50 39 7A 1T 8P King Power Equipment Operators Wheel Tractors, FarmalL Type $47.12 7A 1T 8P King Power Equipment Operators Yo Yo Pay Dozer $49,90 7A 1T 8P King Power Equipm_e_nt 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 King Power Equipment Operators- Barrier Machine (zipper) $49.90 7A 1T 8P Underground Sewer Et Water King 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 King Power Equipment Operators- Brokk - Remote Demolition $47.12 7A 1T 8P Underground Sewer Et Water Equipment 'King Power Equipment Operators- Brooms $47.12 7A 1T 8P Underground Sewer a& Water King Power Equipment Operators- Bump Cutter $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators_- Compressor $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump* Truck Mount With $50.39 7A 1T 8P Underground Sewer Et Water Boom Attachment Over 42 M King Power Equipme_n_t_Operators- Concrete Finish Machine -laser $47 12 7A 1_T 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. King Power Equipment Operators- Concrete Pump- Truck Mount With $49.90 7A 1T 8P Underground Sewer Et Water Boom Attachment Up To 42m King Power Equipment_Operators- Conveyors $49.48 7A 1T 8P Underground Sewer Et Water King 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 Tons King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or $51.51 7A 1T 8P Underground Sewer Et Water 250' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $50.39 7A 1T 8P Underground Sewer Et Water Under 150' Of Boom (including Jib With Attachments) King 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 8P Underground Sewer Et Water 199 Tons a ubv av v♦ a King Power Equipm_e_nt_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 Et Water Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $49.48 7A 1T 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $49.90 7A 1T 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T 8P Underground Sewer Et 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 8t Water Crane Mount King Power Equipment Operators- Drilling Machine $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment-Operators- Elevator And Man-lift: Permanent $47.12 7A 1T 8P Underground Sewer Et Water And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $49 90 7A 1T 8P Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift. 3000 Lbs And Over With $49.48 7A 1T 8P Underground Sewer Et Water Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $47.12 7A 1T 8P Underground Sewer 8 Water Attachments King Power Equipment Operators- Grade Engineer Using Blue Prints, $49.90 7A 1T 8P Underground Sewer Et 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 8 Water Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump Articulating Off- $49.90 7A 1T 8P Underground Sewer Et Water road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill Locator $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Horizontal/directional Drill Operator $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment__Operators- Hydrahfts/boom Trucks Over 10 $49.48 7A 1T 8P Underground Sewer Et Water Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And $47.12 7A 1T 8P Underground Sewer Et Water Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $50.94 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $50.39 7A 1T 8P Underground Sewer It 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 King Power Equipment Operators- Loaders- Elevating Type Belt $49.48 7A 1T 8P Underground Sewer 8 Water King Power Equipment-Operators- Locomotives, All $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators_ Material Transfer Device $49.90 7A 1T 8P Underground Sewer Et Water King 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 King Power Equipment Operators- Motor Patrol Grader - Non-finishing $49.48 7A 1T 8P Underground Sewer-Et Water King 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 King Power Equipment Operators- Oil Distributors, Blower Distribution $47.12 7A 1T 8P Underground Sewer Et Water Et Mulch Seeding Operator King 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, Bridge Type: 45 Tons $50.39 7A 1T 8P Underground Sewer Et Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $47,12 7A 1T 8P Underground Sewer Et Water King 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 King Power Equipment Operators- Posthole Digger, Mechanical $47.12 7A 1T 8P Underground Sewer Et Water King 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 King Power Equipment Operators Quick Tower No Cab, Under 100 $47.12 7A 1T 8P Underground Sewer Ft Water Feet In Height Based To Boom 'King 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 BeRman $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Rollagon $50.39 7A 1T 8P Underground Sewer Et Water 'King 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 Un-dergroundSewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $49 48 7A 1T BP Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $49 90 7A 1T BP Underground Sewer Et Water Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $49.48 7A 1T 8P Underground Sewer Et Water • King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $50.39 7A 1T 8P Underground Sewer Et Water And Over King Power Equipment Operators- Service Engineers - Equipment $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite 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 1T 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 Et Water 90 Metric Tons King Power Equipment Operators- Slipform Pavers $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et Screedman $50.39 7A 1T 813 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'm Height, $51.51 7A 1T 8P Underground Sewer Et Water Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In Height $50.94 7A IT 8P Underground Sewer Et Water Base To Boom King Power Equipment Operators- Transporters, All Track Or Truck $50.39 7A 1T 813 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 813 Underground Sewer Et Water And Over King Power Equipment Operators- Truck Crane Oiler/driver Under 100 $49.48 7A 1T 813 Underground Sewer Et Water Tons King Power Equipment Operators- Truck Mount Portable Conveyor $49.90 7A 1T 813 Underground-Sewer Et Water King Power Equipment Operators- Welder $50.39 7A 1T 813 Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $47.12 7A 1T 813 Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $49.90 7A 1T 813 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 $40.731 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 lResidentiat Drywall Applicators Journey Level $38.08 5D 1M King Residential Drywall Tapers Journey Level $48 791 5P 1E King Residential Electricians JOURNEY LEVEL $30.44 1 King Residential Glaziers Journey Level $34.60 7L 1 H King Residential Insulation Applicators Journey Level $26.28 1 I King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1_ King Residential Painters Journey Level $24.461 1 King Residential Plumbers Et Pipefitters Journey Level $34.69 1 King 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 1 R King Residential Soft Floor Layers Journey Level $41.95 5A 2Z King Residential Sprinkler Fitters (Fire Journey Level $41.31 5C 211 Protection) ,King Residential Stone Masons Journey Level $48.271 5A 1M .King Residential Terrazzo Workers Journey Level $43.93 5A 1M King Residential Terrazzo/Tile Finishers Journey Level $21 46 1 King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $43.65 5A 1R King Roofers Using Irritable Bituminous Materials $46 65 5A 1 R King Sheet Metal Workers Journey Level (Field or Shop) $67 82 7F 1E King Shipbuilding Et Ship Repair Boilermaker $35.83 7M 1H King Shipbuilding Et Ship Repair Carpenter $36.62 70 3B King Shipbuilding Et Ship Repair Electrician $36.23 70 3B King Shipbuilding 8 Ship Repair Heat Et Frost Insulator $55.68 5.1 1S 'King Shipbuilding Et Ship Repair Laborer $34.82 70 3B King Shipbuilding Et Ship Repair Machinist $36.19 70 3B King Shipbuilding Et Ship Repair Operator $38 58 70 3B King Shipbuilding Et Ship Repair Painter $36.21 70 3B `King Shipbuilding 8 Ship Repair Pipefitter $36.16 70 3B King Shipbuilding Et Ship Repair Rigger $36.161 70 3B King Shipbuilding Et Ship Repair Sandblaster $35.17 70 3B King Shipbuilding Ft Ship Repair Sheet Metal $36 14 70 3B King Shipbuilding Et Ship Repair Shipfitter $36.16 70 3B King Shipbuilding Et Ship Repair Trucker $36.00 70 3B King Shipbuilding Et Ship Repair Warehouse $36.06 70 3B King Shipbuilding Et Ship Repair Welder/Burner $36.161 70 3B King Sign Makers Et installers (Electrical) Sign Installer $22 92 1_ King Sign Makers Et Installers (Electrical) Sign Maker $21.36 1 King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical) King Soft Floor Layers Journey Level $41.95 5A 2Z King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Protection) Journey Level $68.79 5C 1_X King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Istone Masons liourney Level $48.27 5A I 1M King IStreet And Parking Lot Sweeper liourney Level $19.09 1 Workers King Surveyors Assistant Construction Site Surveyor $49.48 7A 1T 8P a King Surveyors Chainman $48.96 7A 1T 8P s King Surveyors Construction Site Surveyor $50.39 7A 1T 8P j 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 $21.651 1 King Tite.Marble Et TerrazzoFnrshers Finisher $37.761 5A 1B King Traffic Control Stripers Journey Level $40.73 7A 1K 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 $46.971 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 Et Irrigation Pump Irrigation Pump Installer $17.71 1_ Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers E 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,TH E HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RA I E OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE D THE FIRST TWO(2)HOURS BEFORE OR AFTER A FIVE-EIGHT(8)HOUR WORKWEEK DAY OR A FOUR-TEN(10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE E THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE TI4F HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE.SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE H ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE I ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND DOUBLE THE HOURLY RATE OF WAGE 7 THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(W)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE K ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE M ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 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 OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT(8)HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT(8)HOURS OR MORE U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE 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 (I2) 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- 1 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 SI4ALL 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 SLNDAYS 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)14OURS 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 ATONE 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) {TOURS AND ALL HOURS WORKED ON SLNDAYS 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 THE 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 (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6 00 PM SATURDAY TO 6 00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY ANY SHIFT STARTING BETWEEN THE HOURS OF 6 00 PM AND MIDNIGHT SHALL RECEIVE AN ADDITIONAL ONE DOLLAR ($1 00)PER HOUR FOR ALL HOURS WORKED THAT SHIFT THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOY LE 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 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) 1 HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6) I 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 BL CONSIDERED AS A HOLIDAY K 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 (7 112) 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) I 6 A PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) E PAID HOLIDAYS NEW YEAR'S DAY,DAY BEFORE OR AFTER NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,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 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, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY D PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) UNPAID HOLIDAYS PRESIDENT'S DAY ANY PAID HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY PAID HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY E HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL, BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY F HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY G HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY (6) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY H HOLIDAYS NEW YEAR'S DAY,MARTIN LUTHER KING JR DAY, INDEPENDENCE DAY,MEMORIAL DAY,LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY(9) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY I HOLIDAYS NEW YEAR'S DAY, PRESIDENT'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY J HOLIDAYS NEW YEAR'S DAY,INDEPENDENCE DAY,MEMORIAL DAY,LABOR DAY,THANKSGIVING DAY AND CHRISTMAS DAY (6) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY K HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,THANKSGIVING DAY,THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY L HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,LABOR DAY, INDEPENDENCE DAY,THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY M PAID HOLIDAYS NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY AFTER OR BEFORE CHRISTMAS DAY 10) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY N HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY WHEN CHRISTMAS FALLS ON A SATURDAY,THE PRECEDING FRIDAY SHALL BE OBSERVED AS A HOLIDAY 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, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIV ING 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 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 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'-$2 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$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'-S5 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'-Sl 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-SI 50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-S2 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1 00 PER HOUR L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $0 75, LEVEL B $0 50,AND LEVEL C SO 25 M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A & B Sl 00,LEVELS C&D $0 50 N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $1 00, LEVEL B $0 75,LEVEL C $0 50,AND LEVEL D $0 25 P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT $2 00,CLASS B SUIT Sl 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 REQUEST FOR MAYOR'S SIGNATURE Please Fill in All Applicable Boxes KENT yw yy WASHINGTON This form must be printed on cherry paper Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) Originator Toby Hallock Phone (Originator) 5536 Date Sent Date Required Return Signed Document to Nancy Yoshitake CONTRACT TERMINATION DATE: 150 working days VENDOR NAME: Quigg Bros , Inc DATE OF COUNCIL APPROVAL: 7117/12 Brief Explanation of Document The attached construction agreement Is with Quigg Bros, to construct a secondary levee and a floodwall landward of the existing Boeing Levee along the Green River for the Boeing Secondary Levee and Floodwall Project All Contracts Must Be Routed Through the Law Department (This Area to be Completed By the Law Department) Received RECEIVED Approval of Law Dept vac Law Dept Comments JUL 101? t'1' 4 P � ENT LAW D Date Forwarded to Mayor C''�' Of�'Znr' Shaded Areas to Be Completed by Admimstra ron Staff 44al/QC Received Recommendations & Comments: l „tl'a Disposition. Z Date Returned- Iage587D_tempIatebase 2/07