Loading...
HomeMy WebLinkAboutPW13-204 - Original - SCI Infrastructure, LLC - Hawley Rd Levee Improvements Phase II - 08/28/2013 zi n r rr � Records Ma age me, , KENT ,r Document WASH IN GTON �vk t 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. II Vendor Name: SCI Infrastructure, LLC Vendor Number: JD Edwards Number Contract Number: Pyy Vim) m',;� ()4 This is assigned by City Clerk's Office Project Name: Hawley Road Levee Improvements Phase 2 Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: 1 - i- Contract Effective Date: Date of the Mayor's Signature Termination Date: e0 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment I Contract Manager: Kelly Casteel Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): The project involves widening the remaining_part of Hawley Road to complement the Phase I improvements which includes approximately 525 lineal feet of guardrail, the addition of a foot wide pedestrian/bike path on the riverside, a continuation of curb, gutter and sidewalk on the landside, 245 lineal feet of new storm drainage system, street lighting and approximately 3,500 tons of levee embankment. _ S:Publlc\RecordsManagement\Forms\ContractCover\adcc7832 1 11108 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Hawley Road Levee Improvements Phase 2 Project Number: 10-3010. 5 5 @ BIDS ACCEPTED UNTIL July 30, 2013 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KIN COUNTY FLOOD CONTROL KENT MWID I S T R I C T WASHIN G TON TAB INDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents I Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 WSDOT Standard Plans Tab 7 Project Permits Tab 8 Security Fence and Gate Photos Tab 9 New Watermain Connection Procedures Tab 10 Traffic Control Plans Tab 11 Cultural Resources Survey Report - Appendix D Tab 12 Skid Resistant HMA Mix Tab 13 Prevailing Wage Rates Tlfi OF KENT KING COUNTY, 1A ASHINGTON KE T SPECIAL PROVISIONS FOR Hawley Road Levee Improvements ProjectPhase 2 i BIDS ACCEPTED UNTIL 11:00 A.M. BID OPENINGIMMEDIATELY FOLLOWING DELIVER TO CITE OF KENT, CITY BALL ��1�pv..... t � 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DXRECTOR �F� '107 0r�� AL ,I N I *)' LOOD 4Y,lyHI.H Oi nN I BIDDER'S NAME CI INFRASTRUCTURE LLC CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Hawley Road Levee Improvements Phase 2 Project Number: 10-3010.5 of BIDS ACCEPTED UNTIL July 30, 2013 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR i KING COUNTY KENT FLOOD CONTROL WASHINGTON UDISTRICT 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 Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans WSDOT Standard Plans Project Permits Security Fence and Gate Photos New Watermain Connection Procedures Traffic Control Plans Cultural Resources Survey Report - Appendix D Skid Resistant HMA Mix Prevailing Wage Rates i ORDER OF CONTENTS FOR BID PACKAGE 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 (to be completed AFTER COMPLETION) Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Affidavit & Certification Farm: Non-Collusion, Minimum Wage (Non Federal Aid) Bidder's Checklist II I i i I INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through July 30, 2013 up to 11:00 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 11:00 a.m. for the City of Kent project named as follows: Hawley Road Levee Improvements Phase 2 Project Number: 10-3010.5 The project involves widening the remaining part of Hawley Road to complement the Phase I improvements which includes approximately 525 lineal feet of guardrail, the addition of a 8 foot wide pedestrian/bike path on the riverside, a continuation of curb, gutter and sidewalk on the landside, 245 lineal feet of new storm drainage system, street lighting and approximately 3,500 tons of levee embankment. The Engineer's estimated range for this project is approximately $550,000 - $650,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Granville Horn at (253) 856- 5529. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the plans and Kent 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, cash 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 101h day of July, 2013. BY: BY: F. ore ity Cler Published in Kent Reporter on July 19, 2013 Daily Journal of Commerce on July 16 & 23 2013 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 1- r - 13 This statement relates to a proposed contract with the City of Kent named Hawley Road Levee Improvements Phase 2 Project Number: 10-3010.5 I am the undersigned bidder or prospective contractor. I represent that - 1. I 'w have, have not, participated in a previous contract or I subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. R I INFRASTRUCTURE, LLO NAME OF BIDDER Signature/Title I I ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Hawley Rd. Levee Improvements Ph 2/Horn 1 July 10, 2013 Project Number: 10-3010.5 DECLARATION I 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. 70 Dated this day of L` ` 2013. _.._.� By: For: SCI INFRASTRI ICTI IRE, I C Title: 11-A fi, Date: C% tr LC, 1-> Hawley Rd. Levee Improvements Ph 2/Horn 2 July 10, 2013 Project Number: 10-3010.5 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. Hawley Rd. Levee Improvements Ph 2/Horn 3 ]uly 10, 2013 Project Number: 10-3010.5 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of SCI9NFRASTRUCTURE, LLC Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as Hawley Road Levee Improvements Phase 2/Project Number: 10-3010.5 that was entered into on the (Date) between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. Dated this day of—��, 2013. By: ft For: SCI INFRASTRUCTURE, LLC Title: 4 4,+ Date: 1 III Hawley Rd. Levee Improvements Ph 2/Horn 4 July 10, 2013 Project Number: 10-3010.5 III PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that CI INFRAS tl RUCT RE9 LL 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 Hawley Road Levee Improvements Phase 2/Project Number: 10-3010.5 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions 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. Hawley Rd. Levee Improvements Ph 2/Horn 5 July 10, 2013 Project Number: 10-3010.5 il SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ I 'c� WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $r $ q 4- WSDOT LUMP SUM Per LS 1010 2-02.5 1,300 Remove Existing Asphalt $ $ i KSP SQ YDS Concrete Pavement Per SY 1020 2-02.5 70 Remove Cement Concrete $ f < t1 $ KSP SQ YDS Sidewalk Per SY 1025 2-02.5 45 Remove Cement Concrete $ $ Y�1G KSP LN FT Curb and Gutter Per LF 1030 2-02.5 480 Remove Cement Concrete $ -,/, oo $ KSP LN FT Extruded Curb Per LF la3o= '# 1045 8-21.5 1 Remove and/or Relocate $ t >�tf� $ 0'-'7 KSP LUMP SUM Traffic Signs Per LS 1050 2-02.5 415 Saw Cut Existing Asphalt $ 6/r v,: $ KSP LN FT Concrete Pavement Per LF 1055 2-02.5 15 Saw Cut Existing Cement $ �' $ h-o oo " KSP LN FT Concrete Pavement Per LF 1060 2-03.5 105 Roadway Excavation Including $ $ .1l1`rf,f.r _ WSDOT CU YDS Haul Per CY Hawley Rd. Levee Improvements Ph 2/Horn 6 July 10, 2013 Project Number: 10-3010.5 r SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1065 2-03.5 50 Unsuitable Foundation $ i 1( 0 ;<<� WSDOT CU YDS Excavation Including Haul Per CY „': 7 1070 4-03.5 515 Gravel Borrow, Including Haul $ / /, $ KSP TONS and Compaction Per TON ($2.50 Min) 1075 4-03.5 3,000 Gravel Borrow for Levee $ / $ KSP TONS Embankment, Including Haul Per TON and Compaction ($2.50 Min) 1080 4-04.5 455 Crushed Surfacing Top $ �� "�` $ KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 1085 4-04.5 695 Crushed Surfacing Base $ KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 1095 5-04.5 310 HMA Class 1/2", PG 64-22 $ ix ;r,Tr $ , KSP TONS Per TON 1100 5-04.5 165 HMA Class 1 2" PG 64-22 -> KSP TONS (Skid Resistant) Per TON 1135 8-06.5 30 Cement Concrete Driveway $ 7&,60 $ KSP SQ YDS Modified, 8 Inch Depth, Per SY Reinforced 1140 8-06.5 60 Cement Concrete Driveway, KSP SQ YDS 8 Inch Depth, Reinforced Per SY 1145 8-14.5 270 Cement Concrete Sidewalk $ "<1 $ - KSP SQ YDS Per SY " Hawley Rd. Levee Improvements Ph 2/Horn 7 July 10, 2013 Project Number: 10-3010.5 SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1150 8-14.5 2 Cement Concrete Sidewalk $ KSP EACH Ramp Type Perpendicular A Per EA II 1205 8-04.5 375 Cement Concrete Curb and $ r, 9 KSP LN FT Gutter Per LF 1210 8-04.5 480 Cement Concrete Extruded $ 7,00 KSP LN FT Curb Per LF 1215 8-04.5 150 Cement Concrete Traffic Curb n KSP LN FT Per LF 1220 7-05.5 3 Adjust Existing Catch Basin $ KSP EACH Grate or Curb Inlet Grate to Per EA Finished Grade 1230 7-12.5 2 Adjust Existing Valve Box Top $ t`:fs .00 KSP EACH Section and Lid to Finished Per EA Grade Ja3p= 1260 8-12.5 200 Temporary (6' High) Chain $ s"L10 $ KSP LN FT Link Security Fencing Per LF �P:°� . � I 1265 8-12.5 140 Remove and Restore 8' Chain KSP LN FT Link Security Fence Per LF 1270 8-12.5 1 Remove and Restore Powered $22,7s0.00** $22,750.00 KSP FORCE Chain Link Security Gate Per FA ACCOUNT **Common price to all bidders i r? 1275 8-12.5 525 Install New 48" High Chain $ KSP LN FT Link Fence Per LF Hawley Rd. Levee Improvements Ph 2/Horn 8 July 10, 2013 Project Number: 10-3010.5 SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1280 8-18.5 1 Remove and Reinstall Mailbox $ $ W7 WSDOT EACH - Type 1 Per EA 1305 8-11.5 525 Beam Guardrail Type 1 (No $ $ / WSDOT LN FT Blocking) with Steel Posts Per LF I 1310 8-11.5 2 Beam Guardrail Anchor with $ q Ca , � $ f WSDOT EACH Type 'G' End Terminal Per EA 401� 7-1315 8-28.5 4 Pothole Utilities $ $ /�� - KSP EACH Per EA 1355 1-04.4(1) 1 Minor Changes $2,000.00** $2,000.00 WSDOT CALC Per CALC **Common price to all bidders rQ Sub Total $ s `1F - 9.5% WA State Sales Tax $ '� -- 10�16-j 144 Schedule I Total $ .�toi �a90 oSf03 Hawley Rd. Levee Improvements Ph 2/Horn 9 July 10, 2013 Project Number: 10-3010.5 l SCHEDULE II - WATER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2005 7-09.5 1 8 Inch Connection to Existing $ fir c• $ KSP EACH Water Main Per EA 2025 7-09.5 170 8 Inch Diameter Ductile Iron $ KSP LN FT Cl 52 Water Main Pipe Per LF i 2045 7-12.5 1 8 Inch Gate Valve MJ x FL or $ {l,� �•cEs$ ' ,; ,, KSP EACH MI x MI or FL x FL Per EA 2080 7-14.5 1 Resetting Existing Hydrant $ ,mot KSP EACH Per EA 2250 7-09.5 1 Water Main Abandonment $ KSP EACH Per�EA 2260 7-08.5 20 Foundation Material $ * KSP TONS Class I and II Per TON 2275 7-08.5 75 Pipe Zone Bedding $ ',)11 * KSP TONS Per TON 2285 7-08.5 12 Bank Run Gravel for Trench $ f,;�x'� * KSP TONS Backfill Per TON ($2.50 Min) * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Sub Total $ 9.5% WA State Sales Tax $�f.%` , f Schedule II Total $ Hawley Rd. Levee Improvements Ph 2/Horn 10 July 10, 2013 Project Number; 10-3010.5 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4010 7-04.S 30 Storm Sewer Pipe, $ �f`'r�-'��` KSP LN FT 8 Inch Diameter CI 50 Per LF Ductile Iron (Epoxy Lined) 4015 7-04.5 290 Storm Sewer Pipe, $ KSP LN FT 12 Inch Diameter Cl 50 Per LF Ductile Iron (Epoxy Lined) 4080 7-05.5 5 Catch Basin, Type 1 $ KSP EACH Per EA 4115 7-05.5 5 Bolt Down Catch Basin $!-, KSP EACH Frame and Grate Per EA 4135 2-02.5 3 Remove Existing Catch Basin $ a1 3 > $ c KSP EACH or Manhole Per EA 4145 2-02.5 265 Remove Existing Storm Sewer $ KSP LN FT Pipe or Culvert Per LF 4150 2-09.5 800 Shoring or Extra Excavation, $ WSDOT SQ FT Class B Per SF 4155 7-08.5 35 Foundation Material, $ / 0o; * KSP TONS Class I and II Per TON 4170 7-08.5 40 Pipe Zone Bedding $ * KSP TONS Per TON * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Hawley Rd. Levee Improvements Ph 2/Horn 11 July 10, 2013 Project Number: 10-3010.5 SCHEDULE IV — STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4180 7-08.5 100 Bank Run Gravel for Trench $ * KSP TONS Backfill Per TON ($2.50 Min) 4210 7-05.5 3 Thermoplastic Storm Drain $ KSP EACH Stenciling Per EA * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Sub Total $ 9.5% WA State Sales Tax $ "x/S {c- Schedule IV Total $ , Hawley Rd. Levee Improvements Ph 2/Horn 12 July 10, 2013 Project Number: 10-3010.5 1 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 270 Traffic Control Labor $ , , c7e5, $ �- KSP HOURS Per HR 5010 1-10.5 40 Construction Signs Class A $ r'1/10.2 $ �, e WSDOT SQ FT Per SF 5015 1-10.5 90 Traffic Control Supervisor $ �: c„..�'� $ <Jt — KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $ $ KSP LUMP SUM Devices Per LS 5080 8-23.5 300 Temporary Pavement Marking $ f $ WSDOT LN FT Per LF 5095 8-22.5 80 Double Yellow Center Paint $ 'r 9 $ KSP LN FT Stripe Per LF 5100 8-22.5 275 White Ede Line Paint Stripe ".` ' / = 7 KSP LN FT Per LF 5105 8-22.5 220 No Parking - Fire Lane $ -5"rs $ t.r'3,aj KSP LN FT Marking - Type I Per LF 5110 8-22.5 795 White Edge Line Profiled $ KSP LN FT Plastic Stripe Per LF 5115 8-22.5 3 ADA Access Painted Parking $ WSDOT EACH Space Symbol Per EA Hawley Rd. Levee Improvements Ph 2/Horn 13 July 10, 2013 Project Number: 10-3010.5 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5120 8-22.5 2 ADA Parking Signs $ r�7,c� KSP EACH Per EA i Sub Total 9.5% WA State Sales Tax i Schedule V Total I ill Hawley Rd. Levee Improvements Ph 2/Horn 14 July 10, 2013 Project Number: 10-3010.5 SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6005 8-20.5 1 Illumination System $ ` KSP LUMP SUM Per LS Sub Total $ 9.5% WA State Sales Tax $ Schedule VI Total Hawley Rd. Levee Improvements Ph 2/Horn 15 July 10, 2013 Project Number: 10-3010.5 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 8-01.5 0.5 Seeding, Fertilizing, and $ Z11'7"x_x';, $ KSP ACRE Mulching Per AC 7010 8-01.5 100 Wattle $ !;; ?:7 $ - a ,t^t, WSDOT LN FT Per LF 7015 8-01.5 15 Inlet Protection $ r-"S,r >' $ ,'1, 3 KSP EACH Per EA 7040 8-01.5 30 Street Cleaning Sweeper $ WSDOT HOURS PerHR 7055 8-01.5 1 Erosion/Water Pollution $2,500.00** $2,500.00 WSDOT FORCE Control Per FA ACCOUNT **Common price to all bidders Sub Total $ i " U2'% 9.5% WA State Sales Tax $ Schedule VII Total $ �tl� 7 r_�+� S Hawley Rd. Levee Improvements Ph 2/Horn 16 July 10, 2013 Project Number: 10-3010.5 SCHEDULE VIII — ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8000 8-02.5 8 Street Tree Planting and $ 1;:'J.- = KSP EACH Staking Per EA i 8005 8-02.5 30 Topsoil Type A $ ? Iry $ f1�, KSP CU YDS Per CY 8010 8-02.5 150 Sod Installation $ '�5)C ? $ _�1010%_ WSDOT SQ YDS Per SY 8015 8-02.5 20 Bark Mulch $ ,11 -i°) $ K t711:�F WSDOT CU YDS Per CY 8030 8-02.5 1 Miscellaneous Landscape $1,500.00** $1,500.00 KSP FORCE Restoration Per FA ACCOUNT **Common price to all bidders 8045 8-02.5 1 Existing Irrigation System $1,000.00** $1,000.00 KSP FORCE Removal, Repair, and/or Per EA ACCOUNT Modifications **Common price to all bidders Sub Total 9.5% WA State Sales Tax $ l< �:,` 69 Schedule VIII Total $ i i Hawley Rd. Levee Improvements Ph 2/Horn 17 July 10, 2013 Project Number: 10-3010.5 BID SUMMARY a� Schedule I t Schedule II s `% rt%f `7 Schedule IV Schedule V Schedule VI Schedule VII Schedule VIII f� Et < r TOTAL BID AMOUNT za � �I III Hawley Rd. Levee Improvements Ph 2/Horn 18 July 10, 2013 Project Number: 10-3010.5 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: Hawley Road Levee Improvements Phase 2 Project Number: 10-3010.5 Subcontractor Name , ` fir Item Numbers Y i;Q Subcontractor Name ;�lT Item Numbers Subcontractor Name . Item Numbers Subcontractor Names Item Numbers Subcontractor Name r Item Numbers Subcontractor Named Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE -�— T� Hawley Rd. Levee Improvements Ph 2/Horn 19 July 10, 2013 Project Number: 10-3010.5 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: SO INFRASTRUCTURE, LLO Project Name: Hawley Road Levee Imorovements Phase 2 Project Number: 10-3010.5 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. I 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: r` Plumbing Subcontractor Name: 5 Electrical Subcontractor Name: Ct '` Sigrfature of Bidder Date i I I Hawley Rd. Levee Improvements Ph 2/Horn 20 July 10, 2013 Project Number: 10-3010.5 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. Hawley Rd. Levee Improvements Ph 2/Horn 21 July 10, 2013 Project Number: 10-3010.5 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: r NAME: ADDRESS: PRINCIPAL OFFICE: ADDRESS: PHONE: FAX: 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). Hawley Rd. Levee Improvements Ph 2/Horn 22 July 10, 2013 Project Number: 10-3010.5 i 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: I 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? Hawley Rd. Levee Improvements Ph 2/Horn 23 July 10, 2013 Project Number: 10-3010.5 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the 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: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. S. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 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. Hawley Rd. Levee Improvements Ph 2/Horn 24 July 10, 2013 Project Number: 10-3010.5 I 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? i 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this day of 2013. Name of Organization: By: Title: 7.2 being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this day of 2013. Notary Public: My Commission Expires: Hawley Rd. Levee Improvements Ph 2/Horn 25 July 10, 2013 Project Number: 10-3010.5 City of Kent CONTRACTOR'S QUALIFICATION STATEMENT The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMffTED BY: SCI INFRASTRUCTURE,LLC NAME: Jennifer Scoccolo ADDRESS: 2825 S 154th Street Seattle, WA 98188 PRINCIPAL OFFICE: SAME Phone: 206-242-0633 Fax: 206-242-0792 1. STATUTORY REQUIREMENTS 1.1 Copy of Department of Labor & Industries Certificate of registration: O4rahnr and lncstrizs 1 m443p SC 1jN,tRAslxLLr"1RF TIC 01yropia,WN 9SM4 4450 Y7HPAyeg,CY'S(:SiNL 99,TA €i4�-W4-857 r Rogisoctcd As Priit�dal by i.�w H�. . Con�Srucpnn fan(rHetur t S f'1LVFRA$TRUCTC.'RLt LLC ' r4;0iS,,'a J) r; 11170R3 2'S25 SOUTH 154M S°CREET rszp`m/fic l7rtzc,'4,i2.014 SEAIAC NVA 981952434 i Statement of Qualifications City of Kent July 31, 2012 I� 1.2 Current State UBI Number: 602 094 857 rG;1 r�IT�� irr BUSINESS LICENSE d '•. STAFF OF �1 rvnaM{raeTON Unified Busina Ks ID R: 602 044 OSI !r"' r . Done-tic Limited Liability Company Business 11) R1 1 ±`7 Location: 1 ); ' Expires: 01-31-2014 ? f SCI INFRASTRUCTURE, L.L.C. ZUZS S 154TH ST :? y'.. SEATTLE WA 981nH s;? f? (y TAX REGISTRATION yt1 INDUSTRIAL INSURANCE i r,l UNEMPLOYMENT INSURANCE CITY LICENSES/REGYSTRATIOHS: li BELLEVUE GENERAL BUSINESS #O63463 MARYSVILLE GENERAL BUSINESS NO444CO14908 J �. SAMMAMISH GENERAL BUSINESS �d 1 51 LICENSING RESTRICTIONS: Tf City of Bellevue - Must comply with all Home Occupation exemption 4 criteria, Not licensed to hire minors without a Minor Murk Permit. � r3 ( i .1 �I u aIn t> a 1 l� Thk dncemenl Ilsts[he for Rc hu3lnexe sl ramedalrmm.uyarpunl,(hrs dorum:nd thelerci: :If atlw�d :ud onlh.apl llrnlirtn � �;; li SCI Infrastructure, LLC Page 2 of 7 I Statement of Qualifications City of Kent July 31, 2012 1.3 Copy of Master License Service: See Above. Employment Security Department: 148451-00-0 State Excise Tax Registration: 602 094 857 1.4 SCI Infrastructure, LLC, including any subsidiary companies or affiliated companies under majority ownership or under control by the owner's 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). Manager 2. ORGANIZATION 2.1 Our organization has been in business for 61 years. 2.2 Our organization has been in business under its present business name for 12 years. 2.2.1 Our organization has formerly operated under the names: Scoccolo Construction, Inc. Scoccolo Construction Company 2.3 Our organization was incorporated in 1965 and now operates as a limited liability company in the state of Washington. 2.3.1 Date of incorporation: 1965 (formed SCI April 1, 2001.) 2.3.2 State of Incorporation: Washington 2.3.3 N/A 2.3.4 N/A 2.3.5 N/A 2.3.6 N/A 2.4 Our organization was incorporated in 1965 and now operates as a limited liability company in the state of Washington. 2A.1 April 1, 2001 2.4.2 Limited Liability Company 2.4.3 General Partners: Scoccolo Construction, Inc. & Mountain Pacific Contractors, Inc. 2.5 N/A SCI Infrastructure,LLC Page 3 of 7 Statement of Qualifications City of Kent July 31, 2012 2.6 N/A 3. LICENSING 3.1 Jurisdictions and trade categories our organization is legally qualified to do business with: State of Washington, Contractor's Registration No. SCIINL*993JA Department of Labor &Industries Account No. 009, 814-00 3.2 Jurisdictions in which our organization or trade name is filed: State of Washington 4. EXPERIENCE 4.1 Categories of work that our organization typically performs with it's own forces: Excavation, Sitework,Underground Utilities, Trucking, Concrete (flatwork,retaining walls, vaults, etc.) 4.2 Claims and Suits 4.2.1 Our organization has never failed to complete any work awarded to it. 4.2.2 No judgments, claims, arbitration proceedings or suits are pending or outstanding against our organization or its officers. 4.2.3 Our organization has not filed any law suits or requested arbitration with regard to construction contracts within the last five years. 4.3 Within the last five years, no officer or principal or our organization has ever been an officer or principal of another organization when it failed to complete a construction contract. 4.4 Seethe attached list of the major projects our organization has in progress. 4.4.1 The total worth of work in progress is: $8.3 Million The total worth of work under contract is: $21 Million 4.5 See the attached list of major projects our organization has completed in the past five years, with the name of the project, owner, architect/engineer, contract amount, date of completion, and percentage of cost of work performed with our own forces. 4.5.1 The average annual amount of construction work performed during the past five years is $25 Million. SCI Infrastructure, LLC Page 4 of 7 Statement of Qualifications City of Kent July 31, 2012 4.6 Construction experience and present commitments of key personnel in our organization: Mark Scoccolo: Company Manager — Has been in the heavy, civil, construction business for over 24 years. Starting in the field and working his way through the various roles as superintendent, estimator, and project manager, Mark currently manages the day-to-day operations of personnel, management, and finance. Patrick Scoccolo: Equipment/Claims Manager — Started with SCI in 1987 as a foreman, moved up to field supervisor, general superintendent, as is now in the office as a project manager. He has experience coordinating manpower and equipment to properly staff each project. Tyson Lashbrook: Project Manager — Started with SCI in 2000 as a foreman, moved up to field supervisor, and is now in the office as a project manager. IIe has the field and management experience to be a well-rounded manager of time, money, and resources. Jennifer Scoccolo: Contract Manager — Worked for Sellen Construction, a local general contractor for over seven years before coming to work for SCI. Jennifer has a strong background in concrete, both cast-in-place and precast. Jennifer also has extensive experience with AutoCad and earthwork volume calculation software (Sitework 98 / Graphic Grade). Currently handles payment for contract and extra work. Our organization has over 4 Field Supervisors, most of them have worked with SCI for numerous years. These are the people who direct field operations on the projects and maintain communication with the office through the project manager or project engineer assigned to the project. 4.7 See attached list of major equipment owned by SCI Infrastructure and available for use on this project. 5. REFERENCES 5.1 Trade References NC Machinery,PO Box C-34936, Seattle, WA (425) 251-5800 Mack Trucks, Inc., 25619 Pacific Hwy S, Des Moines, WA (253) 529-0258 IIII 5.2 Bank References Cohonbia Bank, 1301 A Street, Tacoma, WA 98401 SCI Infrastructure, LLC Page 5 of 7 Statement of Qualifications City of Kent July 31, 2012 Contact: David Stiffler 253-305-1909 5.3 Surety Bonding Company: Merchants Bonding Company 2100 Fleur Drive, Des Moines,IA 50321 Bonding Agent: Cascade Surety 10924 Mukilteo Speedway, Suite B Mukilteo, WA 98275 6. Financing 6.1 (6.1.1) After bid opening, financial information maybe required by the City. 6.1.2 Bernston Porter& Company,PLLC 155 1081h Ave NE, Suite 510 Bellevue, WA 98004 800-876-6931 6.1.3 After bid opening, financial information may be required by the City. If requested, the relationship and financial responsibility of the organization is identical to that named on page 1. 6.1.4 N/A 6.2 The organization whose financial statement may be requested after bid opening, will act as guarantor of the contract for construction. 7. Signature 7.1 Dated at this 30th day of July , 2013. Name of Organization: SCI Infrastructure, LLC x—r f` Tide;' Contract Manager 7.2 Jennifer Scoccolo, being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. SCI Infrastructure, LLC Page 6 of 7 Statement of Qualifications City of Kent July 31, 2012 Subscribed and sworn before me this 30th `-day of _ July 2013. Notary Public: Cm.._.,._.. NOTARYPUBUG F-WASNINGTON My Commission Expires: 02/17/17 MffiK8=LO COMMIS •172017 i II it SCI Infrastructure, LLC Page 7 of 7 O D�tlJ �sgtiiwfAili�e I0tdkdWe 861}If7M Ifg ORAMS per�+g i i ill i r (D N N IV N a N O OO U Z voi m v v m ON1 � voi, umi w U w N w UK Yf w m W t9 W W w N m m m m m w LL N N N N N M U O 4] U' U' , 0 W w LL Q Q O Q ❑ O a ww e 3 U J WM 6N] Oml N Om N V N M F 0 0 OF U 0 m 0 0 a - E K nE mt6 2 a >`= n o 0 >w id 2 � ; j E � � > N NN O @ 9 C 2 2 m `n Tc y w E 03 0 v yr tw- � = vYiw 6)w W F W o 0 0 o m m o 0 0 = a m g o o 2 V U ~ n n m umi m ro a. Q U f0 N m N N r N O c{ F.. cC N V N m N Cl N Z 0'w ¢ a" W w a:LL K z Z U v o « w E ° v > w E w Z N w ° E _m> E > w Q £ a° w c0i E W � a « vt U E « `@Z v � c C7 E v w Uro @ o v o v N C ° N N J N N d U O1 L7 m ~ Q m@ N p fn O @ c c Y N O av omv '"29 Ntn mo Qom@ @ M _ O N N 02 on E m N@ > t N m N y N } rn O m O m 1 w C. E W d F m 2 N = LL U > C) > m w ww C c_ m 'm W qj $ F .N O O W ZOO W O '- Z a. �N O O O Q Yw O Q@ J Q@ ? W a (J fN0 S `O w O$i N O 2 i. p`�(/J plw Y. U U h GC U Y r m N U U Q E w s m a i t N w z _ _ o O O O pNi U U � O C O s Z i O ^ m Cw7 Viv 0 NmM m m coo m '�M E vm � 20 .- 0 20La m °u Q > o oN o �n v w v v m ry U inm � Mo vmi c vQ Mom v � E o Ern Q o J c Q v m N Q N o m N O Q o w Q c d a w Q c 1 c m Q `@ 1 N v w `�U c m m a �' 15@ m �I So Yv v m m c E � E_ e Yoa m_ __ ccw v @ Y `v ° EU A `mm oU @} o v w o v , u°, A m co p o w a m v E n m `c o m E E o " E ^I E - m -2 2 a r o c Uc� ! -°j Jm mm0" l/1 (n� m Z U NY '-@i UNmN UQ w7 LLMIi `2 U � M Q7 UQ Z K Z F-Q OW U a' w _ 0 U O N H ww UJ i Wa a0 U ❑ II W K 0 I W a I U J J N p' U UK wz N a o N i F 02 m F Z a Q a 4� W LL LC Z U U � w J F_ f' u U W O a a� ww ZF z= U WQ r u w 'o a a w N 2 O K O U Z z W o Q a H N W w Z n � � t 0 m N L O m IL o 0 0 0 0 0 0 0 0 } p N N N N N N N N N N N U N W = W N N D O N W O U U O Wll' O Y mE aEi ci z T�i N a a °' UP O D'N' DL o "ov wv o o o = 8 3 c o p U c = oY b b E o1p cam' oo mm o m m eo m v c m �.n 2.v da- oNX P > ❑ o' I- W P ❑ QD D O U'W w0 m m 41 VJ rmi o 0 0 0 voi o 0 0 0 0 N m of p Z J W O m N M (D N r N 1 Fx W W V m a o � w d F_ Y v .a E E m w LL F- U o E a _ Z O V W y E n_ a o m m U 0. O .2 OO N 9 E w j S p N U f7 2 LY y� a c m t c m U5 Z N Q U - m N W x m Y O ` aPi P w W W v V C C 2 Z ~ P p U W W Q L m W Qom S L Q V ¢ Ol Z c m Q N Q w N N� ¢ N N Q W m 2 C Z 0 mPm) O N W N a N N m N Y x O (7 y m Y f C C 2 w m N O W O h t h N ti O ✓+ p� 'o z O } m Z O O C t M N 41' N ry yOj U h J O _ Z m 6 wo 1� p 3 V ^ O O N gym�{{ N N N L Q O N p !m` O O N (�C t0 C O CJ T Z �O Z h N Q N N 2 KI- m Q v `b mm N Q o m cmvvoi d, o H m ? m o 00 - U v 0 N W m O N C N 10 O O (+l E 0 1 01 t] W U nE ?LmQmWvy �� a3v m.. Ny ��nppood�ma� m�' � LLomvZv Z QpN QT� m m Q �ISm15 U �ooNov-yK`oo3 —Q O pzm nID m w az3v m N U o w m � v iL nw ° E O _m �a Zm v �o m U Wmwo X ZOW OFo a v >i�"LN�Ev J7oGc(NnoUmnn QAmovt Umy li 0m m Y N N N N N N N N N N N U o y � 3 E E > m Ow W tq g a v�'' >, .0 U w K 2c z rn a`U o 9 a di v� a 0> W F h w m p on15 [7 >m a m o E d EroOr v 0 zrc a w 0 in m > }w ❑ inm a O O h N O O O O N Lq U ~ z LNO o M 9 N m h N CDLO J-J w uNi N O M N N N Q Q O li LL fA f9 W 63 U> f9 M N 0 F- 0 Ow p a V a o W m (4A �j w c 0 'o a LC J _ ~W N of a a F m N N � �0 � oZ O s, to Z4rv ✓, NQx � cti uNi¢ 3 m � a c a v E W > rn m y a c p K o > v Z o =s F o 16 Q > o Z — w o ° E ro a .. > a a vn nwr Nac °, n E dm %m o v t nE N�a mz WKU a ¢ o II o i av m o WU vo 0 0 _ v W W V J` .'°j- a 6 . z � p! m �` ¢ E > ZU o a¢ m m n`� ¢ 0 .a (7 E @ O m m� 0 m n v v m m [� (i wN w o z N Z 0 Q O O10- 0 Z e 3 m o m r E o a U W o rn m o O wsg YQliI¢ NcErn STti va'C Y❑q c a5m¢ 2 M (mD m woo (9 D v o� wamN>Uom o mocpWn o co N a m - 3:� E =OE cm F2c`Z�>3 Om mx=>, ao ZK�¢rnO o Nm `¢ 0 O w O Q ^ v o °o i0a 0U F `a mm d- � aU j IIi 0 J IL O O O O O O U b E o. m 3 n 46 W o 0 O c S v m O W a c Y rncE °' SE � a m w a W 8 u h O o ry W p_ O N �U O C N O ° 'N v vE m T `off U' m o w Ul � o o v rn o o 0 5 E n tt a o U in u'� x w tt N O �t01 m ^ O N 6] (O O W O (N9 U U F O N 60i tl m r ro r o Z W !� (O m m 1(y� N Lo c5 16 t7 O r J w 0 CO N N N [O p N Cm) N NK N N m 0 LLTa 4 W 0�— � OLL O LL D a o a' W co w to ~ w B _ d a W J y Y N T O W ¢ p a Q a c J m Ypi E c Q w .v. nZi c �>. LL Z O U o o o va o > a coU m �L _ V W aZ v U>.w a>ianp3'; E 12 ¢, U U o Uc FW K?i@ @ ao �� wa vq E E-E UOi z UY a U c c W W o v W wv Z f^ Z 0 w n' w m W Q U w 4 X N w m N W O F N Z � m O 0 U m " 13 m O m m H O Z v v ry w m a No N a N Q W a C w O N WmyC @ N Oa ¢L YVNO (Cmpn7)¢ 0�U Zv>� pW UCni vNI �GON�X!Vm`S� UOC Na'sNC3 (rnO coNOn� a9 W o (7 v . UEs¢ ov E j6 CVamEO O > @v O O CL V .5 0� ry2 OUmeUN2Sq IS CJ m N@ b [O E O U 0 R O.� ] @ '.0' N ¢ N 2 O N O T J f0❑ U N LL al�Y�'� d NF2 D_ i�a O ¢]N 4 U � V Nw� O�.O 2i N @ F@� V � x / \ \ \ § \ § \ \ § ) - « )/ o _ S m \ e / ) // \\ \\ \\ ` ! 2 § ` in E � ) % 0 Cl) k /\ } { / _, . [ 2 ! #_ ® \ 0 \ § { § _ ( ) k\ n § ) }] \ ,); ° :2 )!§ 2}P - ; ) , ) - : � )! \k\\) k\k )\ { ® )§\\ \ \ °) \\ /\\ { }\\ c{ k\}#9 /}/ t`#m :! a ; rl4 / � _ /!: &« ,' - } " ^ /- k� » ` ° »§22E `:- \! //w R 2§a#» `»: { /)« ! §/)!\ /\\ /) °a !;] Q g o 0 o a o 0 0 0 0 T O N N N N N N N N N U at� c N m� K o c m n 0 OLL O SQ 2 N _ o �>p mo Em W O. @ C a5 U v �f o v E Q.� m W W o o o r v N W 7�i, `� K K `9�i 'vi d W N O O O o O O O O f0 m 00 00 O QI O O r O M O O O O O f) M N O N O O O V O 4 M n O n r N O O UF. OJ V O O O O O ` o_p o M m m N V O O rnm acvi mrn rm rn min o v � srn J Q O N N V m r 6) m W m m ti W/ OL W (9 MM WM fn fn MM WW t9W MV> MM F' OLL OLL OLL OLL OLL OLL OLL OLL OLL U a � � o w/ N lL @ LU pp J W V/ W O J @ O Z @ a 0. a ,Y_+ u n `o c F N C@ {L C h Z 0 U E Q @ p p o °, N @ W� V 0 O P m t6 � m SE c p 5 a � O v W U u W d m Z 2 Z U ¢ w a N O a d Z U N U a N U' N W N p W 2 N D oyo O N b O m � u O W FF z m p- or $ m N o o ^ 0 m r m ¢ o m m v m m ❑ 0 0 @ -Ym ti ry vmv C. om @ 3: v m u7n m c p¢ @ M >¢. c W Si o Fi 06 o U Y O m W ?3 N C♦.y Q C m N C m Q ry L Q= m`-' m¢ mU° a%, 3 � i xU._� o ci 'o �t7 r x m�, z� ,on (%f C O N N C@ p.@ lL O w E O O O.@ VJ O N > 2 C O C C E [O a y m mA@M N(O(D N W W 'L O QN O Om p m O N d N C N0] 0 0 5 '� o c w N o o a v 0 2 � ova c T . v m °�� m � �i O v a ` '5 = d O � m U v � `21" .-NO no RW Y �2 V�/J Y J J N❑ m NF x } 6.0� O V1 N � 0d4) ❑ I I� a � mo mo ro ro ro ro o ro o ro 1'L O N N N N N N N N N N U c W m E O o E .s b w of O m M w 3 > K m v � Ec' m x2 rn a W o f v H Y p m o c v ._ D a Y of U m o .R w 0 o 2 m - �° a` g!n v 5 a d > Qa N o ig O O N O O M O O O O O O O O r O M O O N N O O O O O O O OO U 0 r F Ol O 00 O N Ol O W r N D7 O m Z N _N CD N N'N O ODD V Nm OO Or �r r[A b N O ttl r o] N (O N _I N Q O 77 N M O N M V N mO) LRr L v 6 ¢ 4L W m W f9 d3 M M M M bT M bi fA m N 69(9 fR I9 h OLL OLL OLL OLL OLL OLL OLL Ow m ja o D o m F W J m a d F o LL rL I- =p° w ?D? Z O W _ U c U in v c E 2 o U 0 2 y U t) W U a N a N R G a V J¢ D N U Na d n U Y mo v c a w F' a N a W C N_ G v Z = c m c a rn w P! Z U L a Q o m c v w m 2-. LIJ9c r `wr U 'rn a > w 0 E ❑ Z m m �n aC7 a` ii S # w N N i o � N pp Z D } M T m N d �D QO Q h O M _ M71 p O M W V m U m a M N N a UEj 7 N O o Z m mQ« U vN m a 2¢rn `� LLUM v w v �n E(cgn�MNgo O ¢v =vm�0 70 v D 3E2w E tOo mo K9 ` oO v E Nm atL om�E 0 wE w am 0a U'co-mJyom yH= tnm rOw a x U� w a \ / § § 0 \! ; l ) \\ 0 ) » ; � § § ) 22 ee # IL LL § S _ n w \ § , ) ) z ) ) \ wlc ` « W, f)\ k\\} \)}\ )) ) / y Q N N N N N N N N U Y N LLO� C�N2 N ` 0 3 W O K Waft O j y N W 2i !I a Y o m c �qp xq d N rn O O OI C O N C O C N `w E v W N E m o >a ro E m a O o o O O O O O O O O O O O O O O V O O f0 V N N l9 r O V O O mm No ov oM r m U Z oo m .r.yy o tn LOm rN 3 M J (() O O U a i W wM �w vim wen »w »w M� 7 7 F0 OLL OLL OLL OLL OLL OLL OLL a � o � o w (n W Q .J J M 4 w � a m u LL F- Z O U ow . om 1-2 O O W = N y O b N y L ry .12O ` m _ o` 0 dFL- S O! as: ow ii La w m � � O WV U v ^ WW Z a � � WQ y z w a EmN m a L t w m N W O F=- N Z v Q Z O O d �zj O (O M N O m �' N12(n r C N rn Ul Q C v m v OI m (') J_ N N �_ O_ U Z O 0 m y N Z a N m T v ? d. $ y N o U�i p N O (O O LL m V N N N m Q (Cj M fn E ? O N W U Q N L' N y y N [O V 7 j 00 N N O O K N N 'b N W T 2 W m 2N V U W M ✓� 7 OI ^ N �j N Oyu M f0 W QQ d O Ule� M W N N J Q ,A N ¢ T 7 N(�t LQ 2 CI> E� C Qi y N [9 W U T N N U > N9 NC D. L O W W Y �l7>vr]O LL' N O L� ?N? W O W �O U Q W U VO U p>N o m c Z —LL U U Y.mIN 'n E U da Q g o o a o 0 0 0 0 uJ N N N N N N N N } O N N_ O W j y � d O a n N W W m � LO U o a 6 a` E Y O E a LL E rn O a T J m > E b n o 5 @ L U n � 41 N m N 2 O o m o0 0 0 0 0o m o o O N O O O O O O O O O N O aow J W S O N h N m O O V l0 m �Yl M ii J N 0 O o N p m N N N N O LLl U M W en wM mm w» ..�M «i vi ww ww V � OLL OLL OLL OLL OLL OLL O LL OLL D IL � W F a W W n ,,.,I. J N a J h $ c N X } d F v n W p U L° 3m a ca vo ~ o U u (� o W nm 2 d a > mm o cin v'� Zpti = O O N(O Ep O J L LL p W d' K W O N NO @ U L ` �2m 9 U W W �w N ¢ C W Vale U L 'C w O Z 75w rnL� a `a Nm 'ul ° � � cb W ¢ U �o '� E c ; E O w `v E32 m' � zry m o� 0 rt Q` Q z o 12 W>>> ? w w N w O z N N Z � O O } a IO O T U O a m Q 0 Z E M m anm v'TU mN Oa O m MO (D a m v =lUo j O- ao V 1pm(s w�wz pQULJ 2 20 ° r_ vyNxx UNZ OM O(m') Om OUZ cm m o Z m m > m w c ¢ a v m m N 2 VS E mom'¢ .. n o o m� Q� U C7 ry c °M0 O o o¢ c 3oY cN "y oaN lvm a mQ c `w w= cb u L" mL _ � �� E'Nn, U o Q E o v m m ¢ d CD `old v c vN � oZ >y a1 O a@ncM % 6 N O N m p U O 0, E c a a � W E oT 8 r00u n m O om cOyx o iUS KNo Zo mZ ,- Fm oW O `E N U , o t�yl U m OI O l LL I �I IYL O N N N N N N N U rn m 5 a m _ Y n _ mr ram O o w H o W 3 m 3 a K $ m m r U o a W o a —o v3 `m c c a 5 y;E5 U a m p O K i N LL 6� J U 0 o O O o 0 0 0 0 0 0 0 0 U Z O r In N O O b Ip CZ CD N N J W N IV I[1 v1 10 b O W N M m F a a N M W U W7 �w «yes »m vi vi w� w wes I" 0 OLL O LL O W OLL OLL n O LL 7 a U U o v m LU IL F m m a r r c l.L d �-- a Z O U m U m m W N m U m O E a a m V � 'E ° I Q m � E c � U) a. Q N N U G J J U K m Q 3 Y o 'O O � WU Z ~ o n ti N rn W m rn 0. ZO cU o-QQ win W N N w o r N Z v m O a Yn J r. m W N 0 FO O OO C m c0 N _ O �T�M1M1 W m m C! r Q O U� v UJ 3 M d. O Y N N �� N 0 O M M 6~I q U m q 2 N W N W N E' U C UJ V V V 0 L a M [O N o V N N O I� r_ N N O O O Z O O ; W V.V m U W OMi N (^O YJ- O yl Oml N an d C O m Y c_ O W N m N vNi J m O O ?Nm}NN E NN l0 Nn❑�O1Y.m uoV p Y WE E Now o o U 0 aVON5� Y€/1 Q 0 0 0 0 0 0 ON 0 0 }L Q N N N N N N ON N N U W cG o y v � U � E LL 2 p d W v o a B v m y a IL SNY Y W Z 0 0 W W N W I O O 00 O O O O O O Om o O O O O O O O O O O O O O O O O O O I- 00 OJ MN M W Nm Or mm NN O N mm ' V U z vm mm mM me u� v rr o .- Mm J N Q W N N (V U j ' t9 t9 m M W V3 UJ W 49 M f9 t9 N Vi f9 W Yi H> �— 0 pu Q LL OLL OLL OLL OLL OLL OLL Oow LL a' p. ❑ `o � K W a 0 v _a Q rn LPL W J C F v o d 0 o N r a ~ E N ly M E m �g W F' E N LL K ' m W J g Z ~ 3 g � rnJ m m Qm ¢OW d¢ U m U y W o m m r O c O0 -6 LL U 0@ zN Paz LL axi o H15 o a F WU m ¢ p v w N w m 0 U N w ❑ E > U d o z ❑ t o > ¢ o q n W o m'Q Zm mU tq Q2 nv1 c�tl ?i > 9 0 T � V Ww U a5 W w avi d w v K Y d S c ZQ.c m0 .IL 2 c (9 U aE U o m wC� N OI N m N J ¢ Cd d mQ Y W a L: LL OU « ❑ } LL 5g m Z O Y d 9 a Y z s z W N N W N 2 N m W 3 OZ a Z O p d pmj ro O O fn O KO 1 z 'r Q N 2 N ❑ 0 w _ N fO " m pmj O pri Q m O^ Z ❑ '•�• p U O (9 W N , N V M VDwmE a¢ O�>mm}NIN>L mNr. QmOOi mjN mUN d 'O(M/�aaOi mLm amdG'tNVSLC Z=(n NcR m LLm ❑ O m N n -0 oY n Q zE T W v vV m O ry mo w pZ dO Z m Sm ¢ `' a¢ 0 p vo ¢ NU m L O v Q Za cc ry O N ZmE QW j�m - O X 7 Voy W 0 o OH2 IS no j't_Uni� ¢.�-m ❑LL \ � ( { « ; \ $) k \ 2 j m ) \/ e / ) to / § k \ / _ \ \\ \ a k ° ) � ( #k E 2 2 \\ )} )\\ )}} \ \ \ \ \ \ ES \\ ( \ z \ ) ; a= , a z : PIF \� \ \ E }! _ ) ch ( \ \ , \ } \ ) ) ) ))}){(/ \ ) { _ \§ § + �( \ ° § )` E \! E« ) \° ) o / amy� ` \ 4 §( : #y;f&$; § (\k \\( f/ § : :l � /!\«¥ \ :l ; y! !�cc \ (§\ /\\j \ \\\� � \\\\ \) ) k/) \ \ / Dw:w� � \ t : : __ __: « ! _0m. i O N J O LL}I O N N N N N N = N N N w III O p v E v {L a O C O v m m m LL N y K n ) H 3 N d E CV- r 0 H g D x w W `j Qr C N C V rp X V O Y O.0 N C O E K K W W m t W O O O N O O O O O O O O O O O O O O O O O N O O O O U O (D O Oi M O M � m m O IV f0 U Z O % O m V O �➢ N m N O ` O h O O O M (O N M N V O O W O N O IQ J w M N fyy0 OJ .Vy l0 ` ` O (/J O O L U d Q 7 ' M 19 Vi t9 f9 i9 M N M N N i9 f9 b3 b3 b3 b3 F O O LL O LL LL Q LL O LL O LL Q LL O d 0' O LL W O IL w Z W v a F- W c v y, �.w 2 E N W w d 2 0 'o 0 0 U m d J �" m v v c 0 ma rn U g c Qy w d a m _o rn d m c O K Z LL ~ m D a v u Y L in ," P o Z O U m Uw 2 m= Q m c� w N m y �Q U m u N o m a (��/� O a u ❑ Q Q 8 E o y «/! d >N w ? w 3 d'w O OI m m m 1V O' V C Z N F N O t4 N ~ O m c m y- E G > X nX O m ' > ¢o g U F F 0 V Vl Zvi WZ0 m W U) x E N U F- Q w w d v o Z ~ O m Ur = E Z U 0 m m U 0 W w O F J d Z Z O N o O O v = Y LL LL O Q G U Z U a Y Y m C k � w N m m W O Z ^ 0 F N O m O } O Z vMi O O ro N N r N O C O O N C 3 QU O W W U O v O O ^ N OI Y a C - O. U O O K N LL W V C � O O m m� LL V O F Q m O $ C c ro v t h a w o v c a � o O o r o c O ZL m O M 3 �n w o m U tD v1 O ~ m O t O U O Z m E W Oom qm c'� 2� to' NMo 0 m v Zio Q NON � mZm ❑ � Q mmr W 2 y m Uvy ei m � m m o wpm mot Enm m � T Aa¢iEaco h x ✓a�n Q x m mo F- �' w�Z 3 �v� N� � �U S o. m oKN c~nm avM `o m v va'=zo �z o oN E °' c } t c> o Qm� o Ov"= m QOa i2 �U wU � oyvoSt o0 Dao Em ::) N 0 cY ami= 30 � U d0'md �aod` LL Um r0 D M� d 0i . 9u � � nf91 >rn`a'(nm d0 ¢ a,e mi- � o U 0 I _ rn Ills m c I 5 O s d n II U U a ray W m a"i m s O ro v Y w U of to o d d o iri t j v: LO 0Z O N O O �(O1 N fOO � N � LO m W W U d Q N O W 7 � F O LL O LL p LL O LL O LL O LL O LL O m �D�/ W O y O N C T 7t j p - O- C R l.L. J J o Q. s LL Z O Wa E � a v m D > E c ❑ m to tr F- m u to c m E w a ry N aa N N N N L W N NN Nm KK Q ?i O� W U. Z (v (7 7 0 v � W W U a v v o W z ~ Z U cv�Qv` van 3 « S5 N W ¢ Z N S N LL U Q Z j Y O ¢ « 4 � ywy N Z W O O F N > V Z Q too n _ O 0 U O O QI M ^ � 0 � � � ❑ N � O p Z O N y� N (p O y 0 W v Tim om N v or rom NN m o � m r Q w Q T N C O O GO N OJ O W O N N N N U J Z y W yoiao `m w too 3 'S o � Y� voro u(Oi m ^ N W Q N my O a N � N m N .o � ¢ � in ¢ c v crn Qwt'! oo ¢ m `D a a � — v E _ g ✓� c 3 L O U N O ¢ voi 3 to m Q p U m N LL' O N tp N C t%J m to J rn c a� to .. O Q N d N v ri�'3 vtp v `rm� m v E U x3tb � �° " c m rn as ¢ . c m NE Y J o i UEo LLMm yNy CN7�NwkA.. m> [vtoo > m H c ovO oN mN O ^' .'O�'OOm.N00 N Nm w al Om UO /t /v Um � vo YCm aOo . ' LLw ` dIn YJm >c p O O N O O Y O N N W W W W O U ❑ ❑ ❑ Q to z c o p O LL N fL @ t5 OW L V m m C @ N N o h > o m o c0 E U C12U U O O c @ > W O v N@ y O- Ni M O O U @ J p c W E cmJ tq W U K 0 0 0 0 o 0 0 0 0 0 0 0 0 o O o Lo 0 o O V vi om o r m o o � CS0 00 of (~j Z p o N O ^ m et ro o N Q O O N N J W ro m 10 «D O m N h N m M O N N N m (O V V Y1 N 47 N N N N LL F a a m M li W b3 ({� M 19 fR M W l9 F9 fA fA f/J M f9 fR f9 OLL OW oLL O LL OLL O W OW 0 m I. di h U > `o U W Ip F LU W O o m c r U E @ v a J C 0. IL rL h K@ m L m p cmi L Z O _ V O g ¢ c Q ¢ w 3 o W F. c U N a � 3 mc'3 rn vo ;Z` m mo@ � L FL ai 3 .o m m w w � U .- o f m @ h et N E rn 0 o d R f%J U fn F W U'O m p y Y H LL Z a0 W U m U W F 6 M O M O ¢ Q N Z W Q C a — Dc E m g Q � �°n in dam' Y « w m N W_ O F N O 2 9 Oo V O w' I O o CcuNi �1 Qm W O O G yj ro U nmyO QW mOQI LOI 0Jcp N S N nO P Zw Y N (0N0 ^v Ft0J+ mYl Qm r0M JMNa� _Oa.l tNE ` N et f0 C m y m N Y O 3 vl (O N L W N 7 z Z d) �O (O @ > m C t' m E m 'O f w N W M C ¢ Q O @ Q c `y ¢ c E O- 0 O > � ¢ 6 � � � O C N N 2 CI> Ql m N O KW7 � LLm @yti m L° u � @ E QQc w r, � = 2! 0 ?Q? _@ ur N O Z W C N @ U o H LL F ' E m C -2 N y 0. U p > W N V U O- d W I p ^Z O_ W IOi O N a m W C (n LL O O N 0. N@ W Y QI - C V' N et m O o Q a W = '� x E eMi m ay`i 'o o v 'o w ' 2•o d a c O m a>i s et a@i o a@i w U 4] �] W a F Met K m <amU' m iom � UM mJ = �nNIL � o] �. YYdLL J � 00 U it it o a `" o ` Y I W _ 'd O « = O U1 O O c m Y m E `= c U o �'U � U o m m O E2 o c n o = .a a s L ..p v > Ita m m o a U p -,V K E m o Y c o o cLi U a 3 m a`� ; �' a`> m ¢o 'E 'w 3 c U1 c n� d v > 3 a E E o E °: �' 9 w a E m c o m m O m m w 'w m t- a inwa mw` a N a F-- ❑ o O o 0 0 0 o O o po 0 0 0 0 0 0 0 0 0 0 o O o o O o 0 U z o O n O W M m r M n M O o 0 J Oi Ln W W OJ N N m O1 m t7 N G l(l J COK O d' N N V �' W U a GGGL of m rn �D tD rn n M rn N O� W cn m F» et en va f» yr w w F»m v3 � a o p o is 0 F W r @ m @ (4n W J LL Z 12 U m v L ¢ v E Z O U W O m ¢ u o E M Q V w Q c c ¢ 3 Q v w 0 O ¢ @ m E @ = ¢ C ~ C Q 6 Q- N W O N M Z M m @ L m m N N O m C c 3 Fig 5m m m a - d N N Z M w a W m N W w vm i/1m m ¢ m z rn m > c' v C7V NQ a >i W van m 13 ¢ Q n w TQz rn W � V a d onro' f) o .c �°' o p W z m Y r o N ? N O c M o m O Z O d N N O n > n W n. coo QMC7N aN W K m N O d J m J N v c> O J m J O U U n ZMc`mor > wM W m U m E 6�) mai o 'mm mmrnO m o m m o oN w rnK 'rn LLrnsrnN ZWC Q rn Z Q QOUmFffzJ-L o 2 a m an m ai Vc mca> =�dZO cm o oaZo w E 'c U o >U 2 E > K m o > H E O i 00 mwmnott0NNm o c O - m w U) CD S m` mCD memo ma mS / < \ k ; di - #! G ; f - i2 / ) 2 = \ \ ) c 0 ) ( - k ) 2] % § ; ® »s $ m ) / ) / \ 0 2 r \ ( }_ , \/ , \ j \/ /\ a. � / \ § ■ ! E ! ® S \ / ® - /) k ) \ ! \ > \ \ \ }\ � � 7 \ i 0 : \ \ \ ! ta ! 2 4 : , ° ` \\ \ \ } \ < \ § \ Dw \ > ) 5 , ) \ e yE @ ; \ \ \ { &/ jg § ® xW ^ ; § ; /( ) ) \ . \ \ } \ \ \ < � ! �k \ \ \ ( (\ \ « @ f \ { ! � G / § / {« } OM f ) {} { ` & & ) \\ \ ` ! < ! : ° \ ® ƒ : - � ) {m { z k \ ° \» if) - ) > : f ¥¥ § : = a! ) ) j2 ® j > \ \ � + f / }§ {) { ! m \{ \ - ; \ \/ \� } \ 2 \ , « ! : / _ ! ! ] ! ; } [ ƒ% ±) /\ & ! ® 2 r % E ! ! ) 8y : 2 qae � ) ! ! e / § § : , \ e aS . ) { _ 2 - }! z }} \ \ { { > / -6 S § ® ( _ _ - r ) LL [ ) 2 § kK , 5 _ ( � § e § ) _ j # E & - o cl E ; f S - \ { \ J / \] m \ / \/ /§ / \ }\ / Of \ \{ \ GG ® 0 _ E \ � � � E \ e3 ; £ ( i § ! 12 rk } - S G § f I § , 7 . m ctc / \\) ( {$ ( \\ / \ § \� � � � � � \ /\ � \ \ \ \ } \ \/ \ \ \ \ ° \ § \ \ } : \ > , � � , ® ° k \ }« ° -\w ( (: ! t) \ ) ! ) ( (\ /}{ / \ 7 ) / }] § ] ( ® - r , } ! _ : ems - 1 : ® } ) « - %; } ° z f 7 \ / ! \ § ±\ ) ! \} \ \ 2 ] f ) \ / DD0m0) 9 = � , : 5j C) i ) ) \ jr ) 2 ) \ Lu 0. 2 § F- LU / \ C.) m / OP , : » } ( { \ R7 • . REVISED: 06/25/2012 EQUIPMENT LIST EARTHMOVERS Caterpillar 623B Scrapers 3 Caterpillar 631D Scrapers 4 0 DOZERS Caterpillar D-9 Dozers 1 Caterpillar D-8 Dozers 1 John Deere 650 Dozers 2 John Deere 450 Dozers 1 EXCAVATORS Linkbelt LX460 Excavator 1 Caterpillar EX330 Excavator 1 MAN Volvo 21OLC Excavator 1 Hitachi EX220 Excavator 1 Komatsu PC128 Excavator 1 Komatsu PC138 Excavator 2 John Deere JD 50 Excavator 1 Yawner V-1045 Excavator 2 Caterpillar 303 CR Excavator 1 TRACTOR/LOADER/BACKHOES John Deere 310 Backhoe 02 + ' ', A-1 _ 1 i 1 OF 2 REVISED: 06/25/2012 EQUIPMENT LIST WHEEL LOADERS Caterpillar 980C Loader Caterpillar 962G Loader 1 Caterpillar 928G Loader 1 Caterpillar 950/938 Loader 1 ill COMPACTORS Caterpillar 815 Pad Foot 1 Bomag 172 Compactor 1 Caterpillar CS563 Compactor 1 {d` Wacker 1.5T Compactor 1 MOTOR GRADERS Caterpillar 140H Grader 1 Caterpillar 12E Grader 1 0 TRUCKS Mack End Dump w/Trailer 4 I Mack End Dump 2 ARTICULATED TRUCKS Volvo A-35 4 SWEEPER TRUCKS w Tymco 600 1 ,,,,,,,y,,,.�.,,,,,, 11 SPECIALTY EQUIPMENT 3-4000 Gallon Water Trucks Asphalt Grinder Light Plants,Generator Sets,Air Compressors Sweeper Broom 2OF2 REVISED: 06/25/2012 EQUIPMENT LIST WHEEL LOADERS Caterpillar 980C Loader Caterpillar 962G Loader 1 Caterpillar 928G Loader 1 Caterpillar 950/938 Loader 1 0 COMPACTORS Caterpillar 815 Pad Foot 1 Bomag 172 Compactor 1 Caterpillar CS563 Compactor 1 -,n Wacker 1.5T Compactor 1 MOTOR GRADERS Caterpillar 140H Grader 1ll Caterpillar 12E Grader 1 0 I TRUCKS Mack End Dump wfrrailer 4 Mack End Dump 2 ARTICULATED TRUCKS Volvo A-35 4 VFW SWEEPER TRUCKS I Tymco 600 1 11 SPECIALTY EQUIPMENT _ 3-4000 Gallon Water Trucks Asphalt Grinder Light Plants, Generator Sets, Air Compressors Sweeper Broom 2OF2 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 sixty (60) 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 accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: C � ' '`' _� CI INFRASTRUCTURES LLC NAME O €.6�DDER BY: - e Signature t 3 (Print Name and Title) Address Hawley Rd. Levee Improvements Ph 2/Horn 26 July 10, 2013 Project Number: 10-3010.5 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, SCI Infrastructure LLC as Principal, and North American Specialty Insurance Company as Surety, are held and firmly Five Percent(5%) of Total Amount of j bound unto the CITY OF KENT, as Obligee, in the penal sum of Agrornpnny6ng proposal, 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 Hawley Road Levee Improvements Phase 2/Project Number: 10-3010.5 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 30th DAY OF July 2013, SCI Infrastructure, LLC BT' g PRINCIPAL North American Specialty Insurance Company SURETY KarenE.J. Smith, Attorney-In-Fact 20 Received return of deposit in the sum of $ Hawley Rd. Levee Improvements Ph 2/Horn 27 July 10, 2013 Project Number: 10-3010.5 NAS SURETY GROUP NORTH AMERTCAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and oxisting under laws of the Slate of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: THOMAS P.IIENTSCHELL,BRADLEY A.ROBERTS,JULIE A.CRAKER, KAREN A.INGRAM,KAREN J.SMITH and JOANNE REINKENSMEYER JOINTLY OR SEVERALLY 1 Its true and lawful Attorney(s)-in-Pact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds of other writings obligatory in the nature of a bond on behalf of each of said Companies,as suety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Roads of Directors of bath North American Specialty Insurance Company and Washington International Insurance Company at meetings duty called and held on the 90'of May,2012: `RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named' in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate beuing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached:' \p0011011100/1ry /p y\w++wnuo-vury pJ�yQ 40nP0R;fCr''4 PppP I- .q By SEAL iC- Steven P.Andereoq Senior Vtce Psesldentof Wnshinglun lnternationnl lnsurnnee Company SEAL I- I6 'e yQsi•1�, 1073 yp m= &Senior Vice President of North Anmrlrnns,cI.Ity InInnmoe Compnny o1 too fi riiiry'�ON r AN\osso GFK �w2 Sy " �0/IIfIIIIII10111 _ nnNd hl.I.nrnlnn,Vice Psesiaen I of W.vb1n,tc.IntemntinnN lnsllnlnce Con,enp &Vice President c rNorth Alnerirnn Spudnlly Comp:my '.. IN WITNESS WHEREOF,North American Specialty insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this20th clay of June 2012 North American Specialty Insurance Company Washington International Insurance Company State orlllinois County of Cook SS: On this 20th day of June 201.2 before me,a Notary Public personally appeared Steven P Anderson ,Senior Vice President of Washington international Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman, Vice President of Washington International insurance Company and Vice President of North American Specialty Insurance Company, personally known to me,who being by roe duty swom,acknowledged that they signed the above Power of Attorney as officers of and ,, acknowledged said instrument to be the voluntary act and deed of their respective companies. f "OFFICIAL SEAL' DONNA D.SKLENS Notary Public,State of Illinois Donna D.Sklens,Notary Public My Commission Expires 1010W&2015 I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington international Insurance Company,which is still in full force and effect. ��y r � r r'7 IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this+`s'w tday of ;��� ,20 / Jenny Goldbmy,Vice President&Assistant Suretary of W,cunslon tnlemntioncl numnnw GanPmty&North Amedcm Special 11 lnnence Company " CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Hawley Road Levee Improvements Phase 2 Project Number: 10-3010.5 NAME OF PR03ECT 1 WRAS`PRUCTU E, LLC NAME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER I 'I Hawley Rd. Levee Improvements Ph 2/Horn 28 July 10, 2013 Project Number: 10-3010.5 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER Date: Change Order No.: 1 City Project Name: Project Number: Contractor: Original Contract Date: This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. The section of the Agreement which outlines the Description of Work, is hereby modified as follows: Provide all labor, materials, and equipment necessary to: 2. The contract amount and time for performance are hereby modified as follows: Original Contract Sum, Including $ applicable alternates and WSST. Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Original Time for Completion Working days I Revised Time for Completion under -0- Working days prior Change Orders Days Required f for this Change Order -0- Working days Revised Time for Completion Working days Hawley Rd. Levee Improvements Ph 2/Horn 29 July 10, 2013 III Project Number: 10-3010.5 In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest or claim it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: BY: (signature) (signature) Print Name: Print Name: Timothy J LaPorte, P.E. Its Its Public Works Director (Title) (Title) DATE: DATE: i Hawley Rd. Levee Improvements Ph 2/Horn 30 July 10, 2013 Project Number: 10-3010.5 i 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 .....................13 Orderof Contents................................................................................:El Invitationto Bid...................................................................................E3-" ContractorCompliance Statement........................................................0, Date............................................................................................1 1 Have/have not participated acknowledgment.............................0' Signatureand address ...............................................................A' Declaration - City of Kent Equal Employment Opportunity Policy ........0- Dateand signature .....................................................................0 " AdministrativePolicy ...........................................................................0 " Proposal............................................................................................... Firstline of proposal - filled in ...................................................E7 Unitprices are correct ................................................................ET Minimumbid prices are correct...................................................0- Subcontractor List (contracts over $100K) ..........................................ET Subcontractorslisted properly....................................................Elr Signature ....................................................................................1 - Subcontractor List (contracts over $1 million)......................................a Subcontractors listed properly ' Dateand signature .....................................................................El Contractor's Qualification Statement Completeand notarized ..............................................................13 " ProposalSignature Page......................................................................E7 All Addenda acknowledged ........................................................ E3'' Date, signature and address .............................................I........ BidBond Form .....................................................................................ET Signature, sealed and dated Powerof Attorney.......................................................................EY (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form .................................................................H Signature .................................................................................... ChangeOrder Form ..............................................................................C3' Bidder's Checklist .............................................................................. . `, The fallowing 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 its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Hawley Rd. Levee Improvements Ph 2/Horn 31 July 10, 2013 Project Number: 10-3010.5 PAYMENT AND PERFORMANCE BOND ° TO CITY OF KENT K BN T Bond No.21701 ae KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, sci infrastructure,LLC as Principal, and North American specialty Insurance Company 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 $ 442,679.76 , 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 Hawley Road Levee Improvements Phase 2/Project Number: 10-3010.5 (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. Hawley Rd, Levee Improvements Ph 2/Horn 32 July 10, 2013 Project Number 10-3010.5 TWO WITNESSES: SCl lnfrastructure,LLc PRINCIPAL (enter principal's name above) TITLE: 3e;( iA DATE: r t DATE: r4i ' 4 CORPORATE SEAL: I PRINT NAME I' DATE: North American Specialty Insurance Company SURETY CORPORATE SEAL: (Jo�o e Reinkensmeyer DATE: Auoust 12,2oi3 TITLE: Attorney-in-Fact ADDRESS: 621 Pacific Ave.Suite 400 Tacoma,WA 98402 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. i SECRETARY OR ASSISTANT SECRETARY Hawley Rd. Levee Improvements Ph 2/Horn 33 July 10, 2013 Project Number: 10-3010.5 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,TI IAT North American Specialty Insurance Company,a corporation duly organized and existing tinder laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insm once Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: THOMAS P.HENTSCHELL,BRADLEY A.ROBERTS,JULIE A. CRAKER, I{AREN A.INGIZAM,KAREN J. SMITH and JOANNE REINKFNSMEYER JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact.to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond m undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS 'Ibis Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held _. on the 9°i of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile scat shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." \\\�\1\\OV\UrVj/hq �yNIONA 44pv \ SIONA[ �Q.bPPOYtjT.,L i fJ�k?RPOdG r ,L ��' By e,.-....fir r SEAL tom' sin,enP.nnaercan,seavarvrerrea;aenfenvaahmgtnnmternannnaunanratrecCninranr 2. SEAL�?n cays';Z. 1973 4;Oe &Senior Vlec Presidm[uf North Amerinn Fpeelnity lmurnnre Company Df ;�' ir'.,NAM46.tla3'�S /� � I Ina IN\\\O\\ '"'EreC_• -'ka-`"�— d'••!I0.t17 D r* OWd NJ.Layman,Vi,a Presidcnt of W.hi lomranre Company &Viee President of North American Specially Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this2oth day of June 2012 . North American Specialty Insurance Company l� Washington International Insurance Company State of Illinois County of Cook as: On this 20th day of June ,2012 before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies, ((`��` ,/� I CIAL SEAL^ riYllUriGP !l,/A D.SKLENS Public,State of Illinois Donna D.Sklens,Notary Public mmission Expires 10106/2015 I, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and lbregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this as 2Pday of. ,20 =�. t JeBrey Goldberg,Vice P.d&at&Assistant Secretary or \Va,hingmn Isnemanulut htaomnce Company&North American Specialty Insurance Company CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and SCI Infrastructure, LLC, organized under the laws of the State of Washington, located and doing business at 2825 S. 154th Street Seattle, WA 98188 ("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: Hawley Road Levee Improvements Phase 2/Project Number: 10- 3010.5 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 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. The Contractor is responsible to obtain copies of the 2012 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within sixty (60) 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 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 and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 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. Hawley Rd, Levee Improvements Ph 2/Horn 34 July 10, 2013 Project Number: 10-3010.5 i 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. Hawley Rd. Levee Improvements Ph 2/Horn 35 3uly 10, 2013 Project Number: 10-3010.5 CITY OF KENT t� f BY: SUZET E COO E, MAYOR DATE `J ATTEST - - We- NALD F. MO E, CI LERK APPROVED A$ TO FOR KENT LAW DELI ARTMENt CONTRACTOR CI INFRASTRUCTURE9LL BY: PRINT NAME:TITLE: DATE: 4 Hawley Rd. Levee Improvements Ph 2/Horn 36 July 10, 2013 Project Number: 10-3010.5 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 1185 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance I Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. Hawley Rd. Levee Improvements Ph 2/Horn 37 July 10, 2013 Project Number: 10-3010.5 EXHIBIT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. father Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. P. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. P. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than AN II. Hawley Rd. Levee Improvements Ph 2/Horn 38 July 10, 2013 Project Number: 10-3010.5 EXHIBIT A (Continued) G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. �I H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. it Hawley Rd. Levee Improvements Ph 2/Horn 39 July 10, 2013II Project Number: 10-3010.5 ® DATE(MMIDDIYYYY) ALA CERTIFICATE OF LIABILITY INSURANCE 08/23/2013 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). CONTACT PRODUCER NAME: Parker,Smith&Feek, Inc. PHONE 425-709-3600 FAX 425-709-7460 2233112th Avenue NE -EAMAL E.n - - (A IC NaP _. Bellevue,WA 98004 ADDRESS: _.. INSURER(S)AFFORDING COVERAGE_ NAICa _ INSURERA: Valley Forge Insurance Company INSURED INSURERS: Liberty insurance Corporation _ SCI Infrastructure,LLC - - 2825 South 154th Street INSURER C: Seattle,WA 98188 INSURER D: INSURER E: _... - INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY 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. - LTR TYPE OF INSURANCE ADDL SURR POLICY EFF POLICY EXP 1 LIMITS INSR POLICY NUMBER MMIDD/1'YYY MMIODNYYY ItIaRD A GENERAL LIABILITY C4016281533 4!1/2013 4!1/2014 EACH OCCURRENCE _ $ 1,000,000 DAMAGE TO RE TED 300,000 X COMMERCIAL GENERAL LIABILITY X PREMISES(Ea-occunance $ - CLAIMS MADEa OCCUR MED EXP(Any one person) S 15,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGA HE LIMIT APPLIES PER: PRODUCTS-COMPIOPAGG $ 2,000,000 7 POLICY X PEp X LOD $ C4016281516! COMBINED SINGLE LIMIT 11000,000 AUTOMOBILE LIABILITYA 4/l/2013 4/l/2014 (Ea awtdentl. $ BODILY INJURY(Per person) $ ANY AUTO X ALL OWNED X SCHEDULED BODILY INJURY(Peraccident) $ AUTOS x AUTOS PROPERTYDAMAGE - X HIRED AUTOS NON-OWNED (Per amidenp $ _ AUTOS $ UMBRELLA LIAR X TH7661066322013 ,j EACH OCCURRENCE $ 2,000,000 g OCCUR - 4/1/2013 4l1/2014 --- - X EXCESS LIAR CLAIMS-MADE X AGGREGATE _ $ 2000,000 DED X RETENTION$ 10,000 $ WORKERS COMPENSATION C4016281533 oRsrnTu- X OEH-',, A AND EMPLOYERS'LIABILITY 4/1/2013 4/112014 - - ANY PROPRIETORIPARTNERIEXECUTIVE YIN E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDE D9 NIA E.L.DISEASE-EA EMPLOYE $ 1, 0,000 (Mandatory in NH) 001,000,000 If yes,describe under E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS/LOCATIONS[VEHICLES Attach ACORD 101,Additional Remarks Schedule,If more space Is required) SCI Job No 1306&1322-Hawley Road Levee Improvements Project No. 10-3010 and 10-3010.5-Phase 2.City of Kent is included as additional insured and coverage is primary and non-contributory per the attached endorsement G140331C 1010(GL),CA 2048 02 9(AU)LMU 20 02 08 11and LCU 29 08 11-10 (Excess).Per project aggregate applies per G18652J 07-12 attached.There Is no cross suits exclusion.This certificate cancels and replaces the previously Issued certificate. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent 400 West Gowe AUTHORIZED REPRESENTATIVE Kent,WA 98032 'c_? u ©1988.2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010106) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: C4016281516 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED l This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 0 4/01 12 01 2 Countersigned By: Named Insured: SCI Infrastructure, LLC Authorized Representative) SCHEDULE Name of Person(s) or Organization(s): i City of Kent (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. III CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 ❑ G-18652-J CNA (Ed. 07-12) J policy, then the $100,000 limit provided by this Intended Injury and replace it with the Provision 8. Electronic Data Liability is part of, following: and not in addition to, that higher limit. [This insurance does not apply to:] 9. EXPANDED PERSONAL AND ADVERTISING a. Expected or Intended Injury INJURY - DISCRIMINATION OR HUMILIATION "Bodily injury" to "property damage" A. SECTION V— DEFINITIONS is amended to add expected or intended from the standpoint of the following to the definition of "Personal and the insured. This exclusion does not apply advertising injury": to "bodily injury" or"property damage" h. Discrimination or humiliation that results in resulting from the use of reasonable force injury to the feelings or reputation of a to protect persons or property. natural person, but only if such 11. GENERAL AGGREGATE LIMITS OF discrimination or humiliation is: INSURANCE - PER PROJECT (1) Not done intentionally by or at the A. For each construction project away from direction of: premises you own or rent, a separate (a) The insured; or Construction Project General Aggregate Limit, equal to the amount of the General (b) Any "executive officer," director, Aggregate Limit, is the most we will pay for stockholder, partner, member or the sum of: manager (if you are a limited liability company) of the insured; and 1. All damages under Coverage A, except damages because of "bodily injury" or (2) Not directly or indirectly related to the "property damage" included in the employment, prospective employment, "products-completed operations past employment or termination of hazard"; and employment of any person or persons by any insured. 2. All medical expenses under Coverage B. Under SECTION I — COVERAGE B — C, PERSONAL AND ADVERTISING INJURY that arise from "occurrences" or LIABILITY, Paragraph 2. Exclusions is accidents which can be attributed solely amended to add the following additional to ongoing operations at that exclusions: construction project. Such payments shall not reduce the General Aggregate [This insurance does not apply to:] Limit shown in the Declarations, nor the Discrimination Relating To Room, Construction Project Aggregate Limit of Dwelling or Premises any other construction project. "Personal or advertising injury" caused by B. All: discrimination directly or indirectly related to 1. Damages under Coverage B, regardless of the sale, rental, lease or sub-lease or the number of locations or construction prospective sale, rental, lease or sub-lease projects involved; of any room, dwelling or premises by or at the direction of any insured. 2. Damages under Coverage A, caused by "occurrences" which cannot be attributed Fines Or Penalties solely to ongoing operations at a single Fines or penalties levied or imposed by a construction project, except damages governmental entity because of because of "bodily injury" or "property discrimination. damage" included in the "products- completed operations hazard"; and This provision 9. does not apply to any person or organization who otherwise qualifies as an 3. Medical expenses under Coverage C additional insured on this Coverage Part. caused by accidents which cannot be attributed solely to ongoing operations at a 10. EXPECTED OR INTENDED INJURY single construction project, Under SECTION I—COVERAGE A— BODILY . will reduce the General Aggregate Limit shown INJURY AND PROPERTY DAMAGE in the Declarations. LIABILITY, Paragraph 2. Exclusions is amended to delete exclusion a. Expected or G-18652-J (Ed. 07-12) Page 6 of 12 Copyright,CNA All Rights Reserved. i G-18652-J (Ed. 07-12) CNA C. The limits shown in the Declarations for Each (a) "Bodily injury" caused by a "health Occurrence, for Damage To Premises Rented care incident" will be considered To You and for Medical Expense continue to caused by an "occurrence"; and apply, but will be subject to either the (b) All acts, errors or omissions that Construction Project Aggregate Limit or the are logically connected by any General Aggregate Limit, depending on whether common fact, circumstance, the "occurrence" can be attributed solely to situation, transaction, event, advice ongoing operations at a particular construction or decision will be considered to project. constitute a single "occurrence"; D. When coverage for liability arising out of the (2) The "bodily injury" occurs during the products-completed operations hazard" is policy period. All "bodily injury" arising provided, any payments for damages because from an "occurrence" will be deemed to of "bodily injury" or "property damage" included have occurred at the time of the first in the "products-completed operations hazard," act, error, or omission that is part of the regardless of the number of locations involved "occurrence'; and will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations. B. With respect only to the insurance provided by this Provision 13., Exclusion 2.e. Employer's E. If a single construction project away from Liability of SECTION I — COVERAGE A — premises owned by or rented to the insured has BODILY INJURY AND PROPERTY DAMAGE, been abandoned and then restarted, or if the is amended to append the following: authorized contracting parties deviate from plans, blueprints, designs, specifications or Only for "bodily injury" not covered by other timetables, the project will still be deemed to be liability insurance (including state-sanctioned the same construction project, self insurance) available to the insured (or which would be available but for exhaustion of its F. The provisions of SECTION III — LIMITS OF limits), this exclusion does not apply to "bodily INSURANCE not otherwise modified by this injury" that arises out of a "health care incident." endorsement shall continue to apply as stipulated. C. SECTION V— DEFINITIONS is amended to add the following new definition: 12. IN REM ACTIONS An action in rem against an vessel owned or "Health care incident" means a negligent act, y 9 Y error or omission by your "employees" or operated by or for you, or chartered by or for you will "volunteer workers" working on your behalf in be treated in the same manner as though the action the rendering of or failure to render professional were in personam against you. health care services in any of the following In rem is a term used to designate actions instituted capacities, or the related furnishing of food, against the thing, as distinct from actions against beverages, medical supplies or appliances: the person, which are said to be in personam. a. Physician; 13. INCIDENTAL HEALTH CARE MALPRACTICE b. Nurse; COVERAGE A. With respect only to "bodily injury" that arises c. Emergency medical technician; out of a "health care incident," COVERAGE A — d. Paramedic; BODILY INJURY AND PROPERTY DAMAGE e, Chiropractor; LIABILITY OF SECTION I — COVERAGES is amended to replace Insuring Agreement f. Dentist; Paragraphs 1.b.(1) and 1.b.(2) with the g. Athletic trainer; following: b. This insurance applies to "bodily injury" only h. Audiologist; if you are not in the business of providing L Physical therapist; professional health care services, and only j Psychologist; if: (1) The "bodily injury" is caused by an k. Speech therapist; "occurrence" that takes place in the I. Other allied health professional; or "coverage territory." For the purpose of this insurance: G-18652-J (Ed. 07-12) Page 7 of 12 Copyright,CNA All Rights Reserved. G140331C 1010 Page 1 of OVA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE(OPTIONAL) Name of Additional Insured Persons Or Organizations City of Kent Locations of Covered O erations As per the"written contract,"provided the location is within the"covers a territory"of this Coverage Part. A. Section II -Who Is An Insured is amended to include as an addi tional insured: 1. Any person or organization whom you are required by"written contract"to add as an additional insured on this Coverage Part; and 2. The particular person or organization, if any, scheduled above. B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for"bodily injury,""property damage,"or"personal and advertising injury" caused in whole or in part by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf in the performance of your ongoing operations specified in the "written contract"; or c. "Your work" that is specified in the "written contract" but only for "bodily injury" or"property damage" included in the"products-completed operations hazard,"and only if: (1) The"written contract" requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. 2. We will not provide the additional insured any broader coverage or any higher limit of insurance than the least that is: a. Required by the"written contract"; b. Described in B.I. above; or c. Afforded to you under this policy. 3. This Insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. But if required by the "written contract," this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. 4. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury arising out of. a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying 3/25/2011 G 140331 C 1010 Page 2 of 2 i services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; or b. Any premises or work for which the additional insured Is specifically listed as an additional insured on another endorsement attached to this Coverage Part, C. SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may result in a claim or"suit" under this Insurance, and of any claim or"suit"that does result; (2) Except as provided in Paragraph B.3 of this endorsement, agree to make available any other Insurance the additional insured has for a loss we cover under this Coverage Part; (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or"suit'; and (4) Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the "written contract" requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or"suit." 2. With respect only to the insurance provided by this endorsement, the first sentence of Paragraph 4.a. of the Other Insurance Condition is deleted and replaced with the following: 4. Other Insurance a. Primary Insurance This Insurance is primary and non-contributory except when rendered excess by endorsement G- 140331-C, or when Paragraph b.below applies. D. Only for the purpose of the insurance provided by this endorsement, SECTION V — DEFINITIONS is amended to add the following definition: "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to: a. The"bodily injury"or"property damage'; or b The offense that caused the"personal and advertising injury" for which the additional insured seeks coverage under this Coverage Part. �I 3/25/2011 -® Liberty Mutual. COMMERCIAL POLICY TH7-661-066322-013 SCI Infrastructure, LLC 2825 South 154th Street Seattle, WA 98188 Liberty Mutual is the marketing name for the property and casualty insurance operations of Liberty Mutual Group Inc. Products may be written in the following stock insurance company subsidiaries of Liberty Mutual Group Inc.: Liberty Mutual Insurance Company Liberty Mutual Fire Insurance Company Liberty Insurance Corporation LM Insurance Corporation The First Liberty Insurance Corporation Liberty Insurance Company of America Liberty Surplus Insurance Corporation Liberty County Mutual Insurance Company Wausau Business Insurance Company Wausau Underwriters Insurance Company Employers Insurance Company of Wausau Not all products and coverages are available in all companies or jurisdictions. LIL 90 02 01 12 0 2011, Liberty Mutual Group. All rights reserved. Page 1 of 1 Endorsement number 25 for policy number TH7-661-066322-013 Named Insured SCI Infrastructure, LLC This endorsement is effective 04/01/2013 and will terminate with the policy. It is issued by the company designated in the Declaration. All other provisions of the policy remain unchanged. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Change Endorsement It is agreed that the following Endorsement is added to the policy: Endorsement 26 - -MU 20 02 08 11 Additional Insured - Designated Person or Organization I i No Premium Change Issued: BAM 8/22/2013 IC9999 10-11 Policy Number: TH7-661-066322-013 Endorsement#:26 Issued by: LIBERTY INSURANCE CORPORATION End. Eff, Date: 04/01/2013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED— DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY—UMBRELLA COVERAGE FORM SCHEDULE Name of Person of Organization: City of Kent, WA (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) A. For the purposes of this endorsement, the following is added to Paragraph 2. of SECTION II —WHO IS AN INSURED Who is an insured is amended to include the person or organization shown in the Schedule but only with respect to liability for "bodily Injury'', "property damage" or "personal and advertising injury" arising out of your operations or premises owned by or rented to you, and only if the person or organization is included as an additional insured under "underlying insurance'. The person or organization will not be an insured for broader coverage than is provided by the .,underlying Insurance'. I LMU 20 02 08 11 ©2011 Liberty Mutual Group of Companies, All rights Page 1 of 1 reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number: TFI7-661-066322-013 Endorsement#:15 Issued by: LIBERTY INSURANCE CORPORATION End. Eff, Date: THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. OTHER INSURANCE REDEFINED This endorsement modifies Insurance provided under the following: COMMERCIAL LIABILITY— UMBRELLA COVERAGE FORM Definition 16. of SECTION V—DEFINITIONS is replaced by the following:. 16. "Other insurance" means: a. Any valid and collectible insurance (except "underlying insurance") that Insures any insured, even if the coverage is unavailable or uncoliectible as a consequence of a breach, by any Insured under this policy, of terms or conditions of that insurance. This includes any Insurance whether primary, excess, umbrella, contingent or on any other basis, available to the insured covering liability for damages arising Out of the premises or operations, or the products and completed operations, for which the insured has been added as an additional insured to any policy, and any other Insurance for that portion of any loss for which the insured has other valid and collectible Insurance as an additional Insured on a liability Insurance policy issued to a subcontractor of the insured; plus b. Any amount retained under an established self-insurance program that is not "underlying Insurance". "Other insurance" does not Include: a. Any insurance specifically written as excess over this policy; and b. Insurance issued to or on behalf of an additional insured on (his policy if you have agreed In writing that your umbrella or excess liability Insurance will respond before any liability insurance policy issued to or on behalf of that additional insured, and we will not seek contribution from that Insurance. LCU 29 08 11 10 O 2010 Liberty Mutual Group of Companies. All rights Page 1 of 1 reserved, Includes copyrighted material of 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.............................................1-2 1-03 Award and Execution of Contract..........................................1-5 1-04 Scope of the Work .............................................................1-6 1-05 Control of Work .................................................................1-8 1-06 Control of Material ........................................................... 1-17 1-07 Legal Relations and Responsibilities to the Public.................. 1-20 1-08 Prosecution and Progress .................................................. 1-25 1-09 Measurement and Payment ............................................... 1-30 1-10 Temporary Traffic Control ................................................. 1-32 DIVISION2 EARTHWORK.............................................................2-1 2-02 Removal of Structures and Obstructions................................2-1 2-03 Roadway Excavation and Embankment .................................2-3 2-06 Subgrade Preparation.........................................................2-5 2-07 Watering ..........................................................................2-5 DIVISION4 BASES.......................................................................4-1 4-03 Gravel Borrow ...................................................................4-1 4-04 Ballast and Crushed Surfacing .............................................4-2 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .................5-1 5-04 Hot Mix Asphalt .................................................................5-1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS..................7-1 7-04 Storm Sewers ...................................................................7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells.........................7-2 7-08 General Pipe Installation Requirements .................................7-5 7-09 Water Mains.................................................................... 7-10 7-12 Valves for Water Mains ..................................................... 7-15 7-14 Hydrants ........................................................................ 7-17 DIVISION 8 MISCELLANEOUS CONSTRUCTION ............................8-1 8-01 Erosion Control and Water Pollution Control...........................8-1 8-02 Roadside Restoration..........................................................8-8 8-04 Curbs, Gutters, and Spillways............................................ 8-12 8-06 Cement Concrete DrivewayEntrances............. .. . . .. . ....... 8-13 8-12 Chain Link Fence and Wire Fence ....................................... 8-13 8-14 Cement Concrete Sidewalks .............................................. 8-15 8-18 Mailbox Support .............................................................. 8-17 8-20 Illumination, Traffic Signal Systems, and Electrical ............... 8-17 8-21 Permanent Signing........................................................... 8-20 j Hawley Rd. Levee Improvements Ph 2/Horn July 10, 2013 Project Number: 10-3010.5 ��, i KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-22 Pavement Marking ........................................................... 8-21 8-23 Temporary Pavement Markings.......................................... 8-23 8-28 Pothole Utilities ............................................................... 8-23 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 9-29 Illumination, Signal, Electrical..............................................9-6 9-30 Water Distribution Materials ................................................9-9 KENT STANDARD PLANS .................................................................. A-1 WSDOT STANDARD PLANS............................................................... A-2 PROJECTPERMITS........................................................................... A-3 SECURITY FENCE AND GATE PHOTOS .............................................. A-4 NEW WATERMAIN CONNECTION PROCEDURES................................ A-5 TRAFFIC CONTROL PLANS ............................................................... A-6 CULTURAL RESOURCES SURVEY REPORT o APPENDIX D ................. A-7 SKID RESISTANT HMA MIX.............................................................. A-8 PREVAILING WAGE RATES............................................................... A-9 Hawley Rd. Levee Improvements Ph 2/Horn July 10, 2013 Project Number: 10-3010.5 KENT SPECIAL PROVISIONS The following Kent Special Provisions ("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 ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. 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 Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01", the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: Hawley Rd. Levee Improvements Ph 2/Horn 1 - 1 July 10, 2013 Project Number: 10-3010.5 1. What work will be done, and by when; 2. Who provides labor and materials; -and 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications, Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the 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"). Hawley Rd. Levee Improvements Ph 2/Horn 1 - 2 July 10, 2013 Project Number: 10-3010.5 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 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: I 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.kentwa.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download documents through City's internet connection, whether or not inability to access is caused by the bidder's or the City's technology. 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 REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING. 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Hawley Rd. Levee Improvements Ph 2/Horn 1 - 3 July 10, 2013 Project Number: 10-3010.5 Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.6(2) LOBBYING CERTIFICATION IS REVISED WITH THE FOLLOWING CLARIFICATION: THIS SECTION ONLYAPPLIES TO FEDERAL- AID CONTRACTS. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 4 July 10, 2013 Project Number: 10-3010.5 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 for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder, based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "4S CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract 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 two (2) 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 working 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. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 5 July 10, 2013 Project Number: 10-3010.5 i No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE FIRST PARAGRAPH: 1-03.4 Contract Bond 5. The Contract Bond shall remain in force for one year following the Final Acceptance Date to ensure defects are corrected during the one-year guarantee period. SECTION 1-03.7IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK 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. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans Hawley Rd. Levee Improvements Ph 2/Horn 1 - 6 July 10, 2013 Project Number: 10-3010.5 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans S. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). 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 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.7 IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.7 Differing Site Conditions (Changed Conditions) Upon written notification, the Engineer will investigate the conditions and if he/she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any Work under the Contract, an adjustment will be made and the Contract modified in writing accordingly. No claim for loss of anticipated profits will be allowed when determining this adjustment. The Engineer will notify the Contractor of his/her determination whether or not an adjustment of the Contract is warranted. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations are part of the Project and must be properly permitted for that use. As a result, if appropriate permits for the selected staging and storage locations have not been obtained, the Contractor will obtain those permits before putting the site to its intended use. Hawley Rd. Levee Improvements Ph 2/1-lorn 1 - 7 July 10, 2013 � Project Number: 10-3010.5 Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. Potential locations for a staging and storage area are shown on the plans. The City has obtained all permits and approvals necessary for the Contractor's use of this site within the limits shown on the plans and specified herein. The Contractor is responsible to obtain their own staging area. It is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary permits/approvals needed to use the property as the Contractor intends. Upon vacating the private property the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. All costs associated with the use of the City-provided site are included in the individual bid items. Should the Contractor choose not to use the City-provided staging and storage area, the Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, or paving. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes I i Hawley Rd. Levee Improvements Ph 2/Horn 1 - 8 July 10, 2013 Project Number: 10-3010.5 i DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.5 City Provided Construction Staking 1-05.5(1) General As used in this Section 1-05.5, the words, 'stake," "mark," "marker," or "monument" will be deemed to include any kind of survey marking, whether or not set by the City. The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.5(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). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.4 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 a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 9 July 10, 2013 Project Number: 10-3010.5 Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.5(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 as set forth in Section 1-05.5(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.5(3) Vacant 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 its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $150/hr for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working Hawley Levee Improvements Ph 2/Horn 1 - 10 July If), 2013 Project Number 10-3010.5 days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. I 1-05.5(5) Staking Services Work requests must be made at least 3 working days in advance of the reauired 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 deemed applicable as determined by the Engineer. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 50-foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline not less than 25-foot stations. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 11 July 10, 2013 Project Number: 10-3010.5 i 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. When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $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 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline Slope staking +/-800-1200 lineal feet (top and toe) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. �I Hawley Rd. Levee Improvements Ph 2/Horn 1 - 12 July 10, 2013 Project Number: 10-3010.5 i 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, the Engineer may correct and remedy that work as may be identified in the written notice, by any means that the Engineer may deem necessary, including the use of City forces or other contractors. 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 the 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 and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, 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 remedy available under law 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 receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized interruption of city facilities, the work necessary to correct the items listed. i Hawley Rd. Levee Improvements Ph 2/Horn 1 - 13 July 10, 2013 Project Number: 10-3010.5 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 in writing that the Engineer 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 from the Engineer concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. This process shall be repeated until the Engineer establishes the Substantial Completion Date. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and the Engineer agrees that the work is ready for Final Inspection, the Contractor, by written notice, shall request that the Engineer 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 Hawley Rd. Levee Improvements Ph 2/Horn 1 - 14 July 10, 2013 Project Number: 10-3010.5 corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. Upon correction of all deficiencies, the Engineer will notify the Contractor, 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. 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. i Hawley Rd. Levee Improvements Ph 2/Horn 1 - 15 July 10, 2013 II Project Number: 10-3010.5 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 1-05.1.3 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 BYADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: The Contract may be constructed concurrently with other developments in the area. A minimum 12' wide, continuously operational access must be provided and available for vehicles, bikes, and pedestrians during construction of the Hawley Road Levee Improvements. Reconstruction of the levee surface may be required due to weather, and vehicles needing to drive through the construction zone. The Contractor shall ensure that travel-way surfaces, slopes and grades will allow access of truck deliveries (especially low-boy equipment) as well as materials and construction items needed for the work on other projects in the area. Riverview Channel Project Constructed by PSI (Performance Systems Incorporated) through US Army Corps of Engineers (USACOE). Project is nearing completion and should be finalized in 2013. USACOE Contact: Dan Roper, (206) 400-7402 Hawley Rd. Levee Improvements Ph 2/Horn 1 - 16 July 10, 2013 Project Number: 10-3010.5 CenturyLink Vault Relocation CenturyLink will adjust an existing handhole to finished grade. CenturyLink Project Manager: Warren Perkins (253) 372-5325 Warren.Perk!ns@centurylink.com CenturyLink Repair Line: (886) 864-2255 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 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 information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 113, 1C, etc.). Hawley Rd. Levee Improvements Ph 2/Horn 1 - 17 July 10, 2013 Project Number: 10-3010.5 I 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.6(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0) of the Kent Special Provisions. The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.6(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 18 July 10, 2013 Project Number: 10-3010.5 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 19 July 10, 2013 Project Number: 10-3010.5 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: it 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 shall contact the Washington State Department of Revenue for answers to questions in this area. The City will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The City 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 60.28.051). 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. i i Hawley Rd. Levee Improvements Ph 2/Horn 1 - 20 July 10, 2013 Project Number; 10-3010.5 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; 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 will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). Hawley Rd. Levee Improvements Ph 2/Horn 1 - 21 July 10, 2013 Project Number: 10-3010.5 SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.6 Permits and Licenses The City has obtained the following permits: ® City of Kent and Washington Department of Ecology (DOE) Shoreline Substantial Development Permit ® DOE - Construction Stormwater General Permit (CSWGP) ® Department of Fish & Wildlife - Hydraulic Project Approval (HPA) Permit ® City of Kent - Flood Permit • DOE - Shoreline Conditional Use 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. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: I 1-07.9(1) General I The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date. SECTION 1-07.13(3) IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by 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. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 22 July 10, 2013 Project Number: 10-3010.5 SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19,122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. i 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 23 July 10, 2013 Project Number: 10-3010.5 The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. AT&T CenturvLink Dan McGeough Warren Perkins (425) 896-9830 (253) 372-5325 (cell) Comcast Olympic Pipeline Jerry Steele Pam Brady (206) 391-1763 (cell) (425) 781-2506 (253) 288-7532 (office) Puget Sound Energy Verizon Anita Yurovchak Brad Landis (253) 476-6304 (425) 201-0901 (253) 381-6714 (425) 766-1740 Zavo Fiber Solutions Tim Sypowicz (702) 755-1143 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 Contract, which constitute the Contractor's insurance requirements for this project. 1-07.23 Public Convenience and Safety SECTION 1-07.23(1) IS SUPPLEMENTED BYADDING 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 road 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. Hawley Road will be closed to all other vehicular traffic except for businesses and construction related vehicles to the Riverview Park. The Green River Trail will also be closed to pedestrians and bicyclists and redirected around the construction zone as noted on the traffic control plans. Contractor to post trail closure signs, two weeks prior to Hawley Rd. Levee Improvements Ph 2/Horn 1 - 24 July 10, 2013 Project Number: 10-3010.5 Contractor date to start construction. Signs shall include closure date. 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 will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City Hawley Rd. Levee Improvements Ph 2/Horn 1 - 25 July 10, 2013 Project Number: 10-3010.5 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 conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 26 July 10, 2013 Project Number: 10-3010.5 If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1. If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 27 July 10, 2013 Project Number: 10-3010.5 i 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(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 resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City 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 adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING; 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. The Contractor should allow 3 weeks for the walk-thru and to addressing the punch list items as part of the total working days for this contract. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING; 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended, for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable Hawley Rd. Levee Improvements Ph 2/Horn 1 - 28 July 10, 2013 Project Number: 10-3010.5 time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been suspended, by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM 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. ITEM 1 IN PARAGRAPH 7IS DELETED AND REPLACED WITH THE FOLLOWING: 1. Failure to obtain all materials and workers. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 29 July 10, 2013 Project Number: 10-3010.5 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(s) IS DEVISED BY REPLACING "TRUCKS AND TICKETS - WITH 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. Contract number. 8. Unit of measure. 9. Legal gross weight in Remarks section. 10. 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 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 30 July 10, 2013 Project Number: 10-3010.5 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122,030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. 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. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 31 July 10, 2013 Project Number: 10-3010.S 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BYADDING 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 that may occur on highways, roads, streets, sidewalks, pedestrian paths, 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. SECTION 1-10.2(1) IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-10.2(1) General The TCS shall be certified as.a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or (206) 382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 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 Payment for setup and take down of construction 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) of the WSDOT Standard Specifications, and for transportation described in Section 1-10.3(2) of the WSDOT Standard Specifications when there is a contract price for "Traffic Control Vehicle." Hawley Rd. Levee Improvements Ph 2/Horn 1 - 32 July 10, 2013 Project Number: 10-3010.5 SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 33 July 10, 2013 Project Number: 10-3010.5 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. When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the WSDOT Standard Specifications. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 34 July 10, 2013 Project Number: 10-3010.5 REVISED: 06/25/2012 EQUIPMENT LIST WHEEL LOADERS Caterpillar 980C Loader Caterpillar 962G Loader 1 111041111114 Caterpillar 928G Loader 1 Caterpillar 950/938 Loader 1 0 COMPACTORS Caterpillar 815 Pad Fool 1 Bomag 172 Compactor 1 _ Caterpillar CS563 Compactor 1 Wacker 1.5T Compactor 1 _ MOTOR GRADERS Caterpillar 140H Grader 1 Caterpillar 12E Grader 1 0 TRUCKS Mack End Dump w/Trailer 4 Mack End Dump 2 ' ARTICULATED TRUCKS Volvo A-35 4 SWEEPER TRUCKS aft Tymco 600 SPECIALTY EQUIPMENT 3-4000 Gallon Water Trucks Asphalt Grinder Light Plants, Generator Sets,Air Compressors Sweeper Broom 2OF2 PROPOSAL SIGNATURE PAGE i 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 sixty (60) 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 0 to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: Ci i I CI INFRASTRUCTURE, LLO NAME ODDER BY: a , Signature r . _ �y t � (Print Name and Title) t::Z 1 R `% `1-1 { i S Address Hawley Rd. Levee Improvements Ph 2/Horn 26 ]uly 10, 2013 III Project Number: 10-3010.5 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, SCI Infrastructure LLC as Principal, and North American Specialty Insurance Company as Surety, are held and firmly Five Percent(5%) of Total Amount of bound unto the CITY OF KENT, as Obligee, in the penal sum Of Accompanying Proposal 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 Hawley Road Levee Improvements Phase 2/Project Number: 10-3010.5 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 30th DAY OF July 2013, SCI Infrastructure, LLC PRINCIPAL North American Specialty Insurance Company SURETY Karen J. Smith,Attorney-In-Fact 20_ Received return of deposit in the sum of $ Hawley Rd. Levee Improvements Ph 2/Horn 27 July 10, 2013 Project Number: 10-3010.5 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: THOMAS P.HENTSCHELL,BRADLEY A.ROBER'TS,JULIE A.CRAKER, KAREN A.INGRAM,KAREN J.SMITH and JOANNE REINKENSMEYER JOINTLY OR SEVERALLY Its true and lawful Atlomey(s)-m-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specially Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9tb of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of then hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that(he signature of such officers and the seat of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,told any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be I binding upon the Company when so affixed and in the future with regard dto)any _bond,undertaking or contract of surety to which it is attached." hr.�pN R1j....ppG ... ,td, ?-1 FmYyo lIylF;'(pA R1T:G 5E{tI 7mc 8leven P.Anderxon,ticnlop Vice Pre510enl orwnsldnFlon LiteniNronnl losurnneo Compq,ry r• SEAL 'N S51% 1073 ,Fore &Senior Vice Pruident orNmfla American Specialty Insurance Company o! ••JJ me / By * * c David M.Loran.,,Vice Presideotofwnshington international lneumnce Company &Vire P,esitlenl of Nmtb Amoirnn Specialty tns„rnnre Company 'i IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington Intel national Insurance Company have caused their Ili official seals to be hereunto affixed,and these presents to be signed by their authorized officers t1lis20th day of._ __,___June _ _ - 20 12 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss' On this 20th day of June 2012 before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman, Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me,who being by me duly swam,acknowledged that they signed the above Power of Attorney as officers of ant acknowledged said instrument to be the voluntary act and deed of their respective companies. "OFFICIAi.SEAL" DONNA D.SKLENSla Notary Public,Slalc of Illinois Donna D. Skiers,Notary Public My Conuaission Expires I0106Y2016 I, Jeffrey Goldberx . the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this �'w fdav of if ,20 /1 r L a Jeremy Goldberg,Vice Proidont e,Assistant Sma,lary of \V.,umdon Intamnti a.]Dsnva,u.:Company&Nor@ American Specialty Insmmnee Company CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Hawley Road Levee Improvements Phase 2 Project Number: 10-3010.5 NAME OF PROJECT I NAME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER Hawley Rd. Levee Improvements Ph 2/Horn 28 July 10, 2013 Project Number: 10-3010.5 i This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER Date: Change Order No.: 1 City Project Name: Project Number: Contractor: Original Contract Date: This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. The section of the Agreement which outlines the Description of Work, is hereby modified as follows: Provide all labor, materials, and equipment necessary to: 2. The contract amount and time for performance are hereby modified as follows: Original Contract Sum, Including $ applicable alternates and WSST. Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Original Time for Completion Working days Revised Time for Completion under -0- Working days prior Change Orders Days Required f for this Change Order -0- Working days Revised Time for Completion Working days Hawley Rd. Levee Improvements Ph 2/Horn 29 July 10, 2013 Project Number: 10-3010.5 In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest or claim it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte P.E. Its Its Public Works Director (Title) (Title) DATE: DATE: II ( I I I Hawley Rd. Levee Improvements Ph 2/Horn 30 July 10, 2013 III Project Number: 10-3010.5 III. BIDDERS 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 .....................0 Orderof Contents................................................................................:© Invitationto Bid...................................................................................0- Contractor Compliance Statement........................................................0-- Date............................................................................................13' Have/have not participated acknowledgment.............................0' Signatureand address ................................................................0- Declaration - City of Kent Equal Employment Opportunity Policy ........0-'' Dateand signature .....................................................................El AdministrativePolicy ...........................................................................0 Proposal...............................................................................................El-- First line of proposal - filled in ...................................................0 Unitprices are correct ................................................................0-- Minimum bid prices are correct...................................................{7, Subcontractor List (contracts over $100K) ...........................................la Subcontractorslisted properly....................................................a- Signature .................................................................................... Subcontractor List (contracts over $1 million)......................................a Subcontractorslisted properly.....................................................E Dateand signature ......................................................................ET Contractor's Qualification Statement ...................................................El Completeand notarized ..............................................................la " ProposalSignature Page......................................................................0-' All Addenda acknowledged .........................................................U' Date, signature and address ......................................................en BidBond Form .....................................................................................Q" Signature, sealed and dated ......................................................A' Powerof Attorney........................................................................0' (Amount of bid bond shall equal S% of the total bid amount) CombinedDeclaration Form .................................................................0 ,F Signature ....................................................................................fJ ChangeOrder Form..............................................................................[3'fi" Bidder's Checklist ................................................................................jd 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 its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Hawley Rd. Levee Improvements Ph 2/Horn 31 July 10, 2013 Project Number: 10-3010.5 PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT Bond No.2170189 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, scl Infrastructure,LLC as Principal, and North American Specialty Insurance Company 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 $ 442,87976 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 Hawley Road Levee Improvements Phase 2/Project Number: 10-3010.5 (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. Hawley Rd. Levee Improvements Ph 2/Horn 32 July 10, 2013 Project Number: 10-3010.5 TWO WITNESSES: SCl infrastructure,LLc t V _IG PRINCIPAL (enter principal's name above) TITLE: ` DATE: r - ( DATE: C. ' �--_--� CORPORATE SEAL: PRINT NAME DATE: North American Specialty Insurance Company SURETY CORPORATE SEAL: (,Joap&Reinkensmeyer DATE: Auoust 12.2013 TITLE: Attorney-in-Fact ADDRESS: 621 Pacific Ave.Suite 400 Tacoma,WA 98402 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY Hawley Rd. Levee Improvements Ph 2/Horn 33 July 10, 2013 Project Number: 10-3010.5 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHNGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESI?PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the Stale of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: THOMAS R HP,NTSCHELL,BRADLEY A.ROBERTS,JULIE A.CRAKER, KAREN A. INGRAM,KAREN J.SMITH and JOANNE REINKENSMEYER JOINTLY OR SEVERALLY Its true and lawful Attorncy(s)-in-Fact, to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington international Insurance Company at meetings duly called and held on the 9"of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of Surely to which it is attached." \0U01111jj 1/. �ap,nuuvmp, \yQ�bPPOH,jN),PL G By ll. f//.11.,"'`('/' ��ppS1�ONwA(yA, _ =gc5 SEAL in- Stmnen P.Anders.,Senior Vice President of Washington lnlernfltional Insurance Cumpmry g' w�i$m 19)3 Qtpr�� Fo Senior Vice Prcvidcnl ufNwlL American 5petlel[v lnsurnn<e Comp.y 30r ;o® 'L \•O� /�9 i, 0 6 nc 1NIIIIIN �\\ E nav dSl.Layman,Vice Praidenl of Wnslsington lntmmana.11osur..e Gmpnny l�uiwnnassa &Vice President or N'orlh American Specialty Insurance Conspany N WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their ollicial seals to be hereunto affixed,and these presents to be signed by their authorized officers this20th day of June 2012 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 20th day of June___ .201.2 before me,a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman, Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me,who being by me duly swom,acknowledged that they signed the above Power of Attorney as officers of and acknowlcdged said instrument to be the voluntary act and deed of their respective companies, (� "OFRCIAI.SEAL" 6`x-�'�LRQ � DONNA D.SKLENS Notary Public,State of Illinois Donna D. Sklens,Notary Public My Commission Expires 10/06/2015 1, Jeffrey Goldberg . the duly elected Assistant Seel etary of North American Specialty Insurance Company and Washington International insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. y IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies thisl day of ! ,20 J ' I JetTrey Goldberg,Vice President&Assistant Secretary of Washington international Insurance Company&North American Specialty Insurance Company CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and SCI Infrastructure, LLC, organized under the laws of the State of Washington, located and doing business at 2825 S 154th Street, Seattle, WA 98188 ("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: Hawley Road Levee Improvements Phase 2/Project Number: 10- 3010.5 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 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. The Contractor is responsible to obtain copies of the 2012 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within sixty (60) 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 and every part thereof, except as mentioned in the specifications to be furnished by 1 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 and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 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. Hawley P Rd. Levee improvements Ph 2/Horn 34 July 10, 2013 Project Number; 10-3010.5 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. B. 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. Hawley Rd. Levee Improvements Ph 2/Horn 35 July 10, 2013 Project Number: 10-3010.5 CITY OF KENT f f / Z BY: 2 SUZETTE I b-CE, MAYOR DATELT / ' ATTEST: /? NALD F. MO E, CI Y LERK APPROVED AS TO FORM' ,�"i4...✓ t r (�. f KENT LAW DE ARTMEW-r-- CONTRACTOR SCR INFRASTRUCTURE, LLC BY: PRINT NAME: TITLE: '?- DATE: L 4 - Hawley Rd. Levee Improvements Ph 2/Horn 36 July 10, 2013 Project Number: 10-3010.5 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 it 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. Hawley Rd, Levee Improvements Ph 2/Horn 37 July 10, 2013 Project Number: 10-3010.5 EXHIBIT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. I 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. I F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. Hawley Rd. Levee Improvements Ph 2/Horn 38 July 10, 2013 Project Number: 10-3010.5 EXHIBIT A (Continued) G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. i H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. i Hawley Rd. Levee Improvements Ph 2/Horn 39 July 10, 2013 Project Number: 10-3010.5 T ® VA CERTIFICATE ACC?Ro CERTIFICATE OF LIABILITY INSURANCE 08/23/2013 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 CONTACT NAME: Parker, Smith&Feek, Inc. PHONE 425-709-3600 Fax 425-709-7460 2233 112th Avenue NE -PVC, MAl No, E—'0' ac,rloT• Bellevue,WA 98004 ADDRESS: INSURERS)AFFORDING COVERAGE _ NAIC9 INSURER A: Valley Forge Insurance Company - INSURED SCI Infrastructure,LLC INSURER B: Liberty Insurance Corporation - -- 2825 South 154th Street INSURER C Seattle,WA 98188 INSURER 0 INSURER E: _. INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OFINSURANCE ADD SueR - - POLICY EFF POLICY EXP LIMITS LTR ! VO POLICY NUMBER MMIDDIVYYY MM/DDIYYY A GENERAL LIABILITY C4016281533 4/1/2013 ',,4/1/2614 EACH OCCURRENCE S 1.000,000 X COMMERCIAL GENERAL LIABILITY OHMAGE TO RENTED 300,800 X PREMISES(Ea occurrence) $ CLAIMS-MADE � OCCUR MED EXP(Any one person $ 15,066 PERSONAL&ADV INJURY $ 1,000,000 . GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: ^PRODUCTS-COMPIOP AGG $ 2,000,000 POLICY X PRO_ X LOG $ AUTOMOBILE LIABILITY C4016281516 ! COMBINED SINGLE LIMIT 1,000,000 ,A 411/2013 4I1/2014 -(Ee accident) - ..- -- .-. ANYAUTO X BODILY INJURY(Per person) 5 W� l WNED X SCHEEDULED BODILY INJURY(Peraoddent) $ AUTOS PROPERTY DAMAGE D AUTOS X gUTOS�ED Par acc denllX CLAOOOMADE TH7661066322013 / 4/1l2013 4/1l2074 $ 2,000,000 RELLA LIAR WCSTATU OTHSSLIAB X EACHOC URRENCE $ 2,000,000 AGGREG X RETENTION5 COMPENSATION G40162B1533 :TORyLM X ER_- _LOYERS'LIABILITY YIN ', 4/1/2013 4/1/2014 1,000,000 RIETORIPARTNERfEXECUTIVE r'� F.L.EACH ACCIDENT $EMHER EXCWOED9 u NIA (Mandatory in NH) E.L.UISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under EL.DISEASE-POLICY I-IMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS LOCATIONS I VEHICLES (Attach ACORD 101.Additional Remarks Schedule,If more apace la required) SCI Job No 1306&1322-Hawley Road Levee Improvements Project No. 10-3010 and 10-3010.5-Phase 2.City of Kent is included as additional insured and coverage Is primary and non-contributory per the attached endorsement G140331 C 1010(GL),CA 2048 02 9(AU)LMU 20 02 08 11 and LCU 29 08 11-10 (Excess). Per project aggregate applies per G18652J 07-12 attached.There Is no cross suits exclusion.This certificate cancels and replaces the previously issued certificate. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent 400 West Gowe AUTHORIZED REPRESENTATIVE Kent,WA 98032 <f�h 4 / ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: C4016281516 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s)who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 0 4/0112 01 2 Countersigned By: Named Insured: SCI Infrastructure, LLC Authorized Represent SCHEDULE Name of Person(s) or Organization(s): City of Kent / f no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section 11 of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 ❑ G-18652-J CNA (Ed. 07-12) policy, then the $100,000 limit provided by this Intended Injury and replace it with the Provision 8. Electronic Data Liability is part of, following: and not in addition to, that higher limit. [This insurance does not apply to:] 9. EXPANDED PERSONAL AND ADVERTISING a. Expected or Intended Injury INJURY- DISCRIMINATION OR HUMILIATION A. SECTION V— DEFINITIONS is amended to add "Bodily injury" or"property damage" the following to the definition of "Personal and expected or intended from the standpoint of advertising injury": the insured. This exclusion does not apply g 1ur y to"bodily injury" or"property damage" h. Discrimination or humiliation that results in resulting from the use of reasonable force injury to the feelings or reputation of a to protect persons or property. natural person, but only if such 11, GENERAL AGGREGATE LIMITS OF discrimination or humiliation is: INSURANCE -PER PROJECT (1) Not done intentionally by or at the A. For each construction project away from direction of: premises you own or rent, a separate (a) The insured; or Construction Project General Aggregate Limit, equal to the amount of the General (b) Any "executive officer," director, Aggregate Limit, is the most we will pay for stockholder, partner, member or the sum of: manager (if you are a limited liability company) of the insured; and 1. All damages under Coverage A, except damages because of "bodily injury" or (2) Not directly or indirectly related to the "property damage" included in the employment, prospective employment, "products-completed operations past employment or termination of hazard"; and employment of any person or persons by any insured. 2. All medical expenses under Coverage B. Under SECTION I — COVERAGE B — C, PERSONAL AND ADVERTISING INJURY that arise from "occurrences" or LIABILITY, Paragraph 2. Exclusions is accidents which can be attributed solely amended to add the following additional to ongoing operations at that exclusions: construction project. Such payments shall not reduce the General Aggregate (This insurance does not apply to:] Limit shown in the Declarations, nor the Discrimination Relating To Room, Construction Project Aggregate Limit of Dwelling or Premises any other construction project. "Personal or advertising injury" caused by B. All: discrimination directly or indirectly related to 1. Damages under Coverage B, regardless of the sale, rental, lease or sub-lease or the number of locations or construction prospective sale, rental, lease or sub-lease projects involved; of any room, dwelling or premises by or at the direction of any insured. 2. Damages under Coverage A, caused by "occurrences" which cannot be attributed Fines Or Penalties solely to ongoing operations at a single Fines or penalties levied or imposed by a construction project, except damages governmental entity because of because of "bodily injury" or. "property discrimination. damage" included in the "products- completed operations hazard"; and This provision 9. does not apply to any person or organization who otherwise qualifies as an 3. Medical expenses under Coverage C additional insured on this Coverage Part. caused by accidents which cannot be attributed solely to ongoing operations at a 10. EXPECTED OR INTENDED INJURY single construction project, Under SECTION I—COVERAGE A—BODILY will reduce the General Aggregate Limit shown INJURY AND PROPERTY DAMAGE in the Declarations. LIABILITY, Paragraph 2. Exclusions is amended to delete exclusion a. Expected or G-18652-J (Ed. 07-12) Page 6 of 12 Copyright,CNA All Rights Reserved. G-18652-J CNA (Ed. 07-12) C. The limits shown in the Declarations for Each (a) "Bodily injury" caused by a "health Occurrence, for Damage To Premises Rented care incident" will be considered To You and for Medical Expense continue to caused by an "occurrence"; and apply, but will be subject to either the (b) All acts, errors or omissions that Construction Project Aggregate Limit or the are logically connected by any General Aggregate Limit, depending on whether common fact, circumstance, the "occurrence" can be attributed solely to situation, transaction, event, advice ongoing operations at a particular construction or decision will be considered to project, constitute a single"occurrence"; D. When coverage for liability arising out of the (2) The "bodily injury" occurs during the "products-completed operations hazard" is policy period. All "bodily injury" arising provided, any payments for damages because from an "occurrence" will be deemed to of "bodily injury" or "property damage" included have occurred at the time of the first in the "products-completed operations hazard," act, error, or omission that is part of the regardless of the number of locations involved "occurrence" and will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations. B. With respect only to the insurance provided by E. If a single construction project away from this Provision 13., Exclusion 2.e. Employer's Liability of SECTION I — COVERAGE A — premises owned by or rented to the insured has BODILY INJURY AND PROPERTY DAMAGE, been abandoned and then restarted, or if the is amended to append the following: authorized contracting parties deviate from plans, blueprints, designs, specifications or Only for "bodily injury" not covered by other timetables, the project will still be deemed to be liability insurance (including state-sanctioned the same construction project. self insurance) available to the insured (orwhich would be available but for exhaustion of its F. The provisions of SECTION III — LIMITS OF limits), this exclusion does not apply to "bodily INSURANCE not otherwise modified by this injury"that arises out of a "health care Incident.' endorsement shall continue to apply as stipulated. C. SECTION V—DEFINITIONS is amended to add 12. IN REM ACTIONS the following new definition: "Health care incident" means a negligent act, Any action in rem against any vessel owned or error or omission by your "employees" or operated by or for you, or chartered by or for you will "volunteer workers" working on your behalf in be treated in the same manner as though the action the rendering of or failure to render professional were in personam against you. health care services in any of the following In rem is a term used to designate actions instituted capacities, or the related furnishing of food, against the thing, as distinct from actions against beverages, medical supplies or appliances: the person, which are said to be in personam. a. Physician; 13. INCIDENTAL HEALTH CARE MALPRACTICE b. Nurse; COVERAGE A. With respect only to "bodily injury" that arises c. Emergency medical technician; out of a "health care incident," COVERAGE A— d. Paramedic; BODILY INJURY AND PROPERTY DAMAGE e. Chiropractor; LIABILITY OF SECTION I — COVERAGES is amended to replace Insuring Agreement f. Dentist; Paragraphs 1.b.(1) and 1.b.(2) with the g. Athletic trainer; following: b. This insurance applies to "bodily injury" only h. Audiologist; if you are not in the business of providing i. Physical therapist, professional health care services, and only j Psychologist; if: (1) The "bodily injury" is caused by an k. Speech therapist; "occurrence" that takes place in the I. Other allied health professional; or "coverage territory." For the purpose of this insurance: i G-18652-J (Ed. 07-12) Page 7 of 12 Copyright,CNA All Rights Reserved. G140331C 1010 Page 1 of OVA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations City of Kent Locations of Covered Operations As per the"written contract," provided the location is within the"coverage territory" of this Coverage Part. A. Section II -Who Is An Insured is amended to include as an additional insured: 1. Any person or organization whom you are required by"written contract"to add as an additional insured on this Coverage Part; and 2. The particular person or organization, if any, scheduled above. B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for"bodily injury,""property damage,"or"personal and advertising injury" caused in whole or in part by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf in the performance of your ongoing operations specified in the"written contract'; or c. "Your work' that is specified in the "written contract" but only for "bodily injury' or "property damage" included in the"products-completed operations hazard," and only if: (1) The"written contract" requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. 2. We will not provide the additional insured any broader coverage or any higher limit of insurance than the least that is: a. Required by the"written contract' b. Described in 13.1.above; or c. Afforded to you under this policy. 3. This insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. But if required by the "written contract," this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. 4. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury arising out of: a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying 3/25/2011 G 140331 C 1010 Page 2 of 2 I I services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; or b. Any premises or work for which the additional insured Is specifically listed as an additional insured on another endorsement attached to this Coverage Part. C, SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence"or an offense which may result in a claim or"suit" under this insurance, and of any claim or"suit"that does result; (2) Except as provided in Paragraph B.3 of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or"suit'; and (4) Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the "written contract" requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional Insured is a Named Insured. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or"suit." 2. With respect only to the insurance provided by this endorsement, the first sentence of Paragraph 4.a. of the Other Insurance Condition is deleted and replaced with the following: 4. Other Insurance a. Primary Insurance This insurance is primary and non-contributory except when rendered excess by endorsement G- 140331-C, or when Paragraph b.below applies. D. Only for the purpose of the insurance provided by this endorsement, SECTION V — DEFINITIONS is amended to add the following definition: "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to: a. The"bodily injury"or"property damage'; or b The offense that caused the"personal and advertising injury" for which the additional insured seeks coverage under this Coverage Part. 3/25/201 l �® Liberty, Mutual. COMMERCIAL POLICY TH7-661-066322-013 SCI Infrastructure, LLC 2825 South 154th Street Seattle, WA 98188 III Liberty Mutual is the marketing name for the property and casualty insurance operations of Liberty Mutual Group Inc. Products may be written in the following stock insurance company subsidiaries of Liberty Mutual Group Inc.: Liberty Mutual Insurance Company Liberty Mutual Fire Insurance Company Liberty Insurance Corporation LM Insurance Corporation The First Liberty Insurance Corporation Liberty Insurance Company of America Liberty Surplus Insurance Corporation Liberty County Mutual Insurance Company Wausau Business Insurance Company Wausau Underwriters Insurance Company Employers insurance Company of Wausau Not all products and coverages are available in all companies or jurisdictions. LIL 90 02 01 12 0 2011, Liberty Mutual Group. All rights reserved. Page 1 of 1 Endorsementnumber 25 forpohoynumber TH7-661-066322-013 Named Insured SCI Infrastructure. LLC This endorsement is effective 04/01/2013 and will terminate with the policy. It is issued by the company designated in the Declaration. All other provisions of the policy remain unchanged. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Change Endorsement It is agreed that the following Endorsement is added to the policy: Endorsement 26 - LMU 20 02 08 11 Additional Insured - Designated Person or Organization No Premium Change I i Issued: BAM 8/22/2013 IC9999 10.11 j Polley Number: TH7-661-066322-013 Endorsement#:26 Issued by: LIBERTY INSURANCE CORPORATION End. Eff, Date: 04/01/2013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED— DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY—UMBRELLA COVERAGE FORM SCHEDULE [Feme of Person of Organization: T City of Kent, WA Ii (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) A. For the purposes of this endorsement, the following is added to Paragraph 2. of SECTION II —WHO IS AN INSURED Who is an Insured is amended to include the person or organization shown in the Schedule but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" arising out of your operations or premises owned by or rented to you, and only if the person or organization is included as an additional insured under "underlying insurance'. The person or organization will not be an insured for broader coverage than is provided by the "underlying insurance". LMU 20 02 08 11 ©2011 Liberty Mutual Group of Companies. All rights Page 1 of 1 reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number: TH7-661-066322-013 Endorsement#:15 Issued by: LIBERTY INSURANCE CORPORATION End, Eff, Date: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, OTHER INSURANCE REDEFINED This endorsement mods fes Insurance provided under the following: COMMERCIAL LIABILITY—UMBRELLA COVERAGE FORM Definition 16. of SECTION V—DEFINITIONS is replaced by the following:. 16. "Other Insurance"means: a. Any valid and collectible insurance (except "underlying insurance") that insures any insured, even if the coverage is unavailable or uncollectible as a consequence of a breach, by any Insured under this policy, of terms or conditions of that insurance. This Includes any Insurance whether primary, excess, umbrella, contingent or on any other basis, available to the insured covering liability for damages arising Out of the premises or operations, or the products and completed operations, for which the insured has been added as an additional insured to any policy, and any other Insurance for that portion of any loss for which the insured has other valid and collectible Insurance as an additional insured on a liability insurance policy Issued to a subcontractor of the insured; plus b. Any amount retained under an established self-insurance program that Is not "underlying insurance", "Other insurance"does not include: a. Any Insurance specifically written as excess over this policy; and 6. Insurance Issued to or on behalf of an additional Insured on this policy if you have agreed In writing that your umbrella or excess liability Insurance will respond before any liability Insurance policy issued to or on behalf of that additional insured, and we will not seek contribution from that Insurance. LCU 29 08 11 10 ©2010 Liberty Mutual Group of Companies. All rights Page 1 of 1 reserved, Includes copyrighted material of Insurance Services Office, Inc., with its permission. I KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ........................................1-1 1-01 Definitions and Terms......................................................... 1-1 1-02 Bid Procedures and Conditions.............................................1-2 1-03 Award and Execution of Contract.......................................... 1-5 1-04 Scope of the Work .............................................................1-6 1-05 Control of Work .................................................................1-8 1-06 Control of Material ........................................................... 1-17 1-07 Legal Relations and Responsibilities to the Public.................. 1-20 1-08 Prosecution and Progress .................................................. 1-25 1-09 Measurement and Payment ............................................... 1-30 1-10 Temporary Traffic Control ................................................. 1-32 DIVISION 2 EARTHWORK.............................................................2-1 2-02 Removal of Structures and Obstructions................................2-1 2-03 Roadway Excavation and Embankment .................................2-3 2-06 Subgrade Preparation .........................................................2-5 2-07 Watering ..........................................................................2-5 DIVISION4 BASES.......................................................................4-1 4-03 Gravel Borrow ...................................................................4-1 4-04 Ballast and Crushed Surfacing .............................................4-2 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .................5-1 5-04 Hot Mix Asphalt .................................................................5-1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS..................7-1 7-04 Storm Sewers ...................................................................7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells.........................7-2 7-08 General Pipe Installation Requirements .................................7-5 7-09 Water Mains.................................................................... 7-10 7-12 Valves for Water Mains ..................................................... 7-15 7-14 Hydrants ........................................................................ 7-17 DIVISION 8 MISCELLANEOUS CONSTRUCTION ............................8-1 8-01 Erosion Control and Water Pollution Control...........................8-1 8-02 Roadside Restoration..........................................................8-8 8-04 Curbs, Gutters, and Spillways............................................ 8-12 8-06 Cement Concrete Driveway Entrances................................. 8-13 8-12 Chain Link Fence and Wire Fence ....................................... 8-13 8-14 Cement Concrete Sidewalks .............................................. 8-15 8-18 Mailbox Support .............................................................. 8-17 8-20 Illumination, Traffic Signal Systems, and Electrical ............... 8-17 8-21 Permanent Signing........................................................... 8-20 Hawley Rd, Levee Improvements Ph 2/Horn July 10, 2013 Project Number: 10-3010.5 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-22 Pavement Marking ........................................................... 8-21 8-23 Temporary Pavement Markings.......................................... 8-23 8-28 Pothole Utilities ............................................................... 8-23 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 9-29 Illumination, Signal, Electrical..............................................9-6 9-30 Water Distribution Materials ................................................9-9 KENTSTANDARD PLANS .................................................................. A-1 WSDOT STANDARD PLANS............................................................... A-2 PROJECT PERMITS........................................................................... A-3 SECURITY FENCE AND GATE PHOTOS .............................................. A-4 NEW WATERMAIN CONNECTION PROCEDURES................................ A-5 TRAFFIC CONTROL PLANS ............................................................... A-6 CULTURAL RESOURCES SURVEY REPORT — APPENDIX D ................. A-7 SKID RESISTANT HMA MIX.............................................................. A-8 PREVAILING WAGE RATES............................................................... A-9 Hawley Rd. Levee Improvements Ph 2/Horn July 10, 2013 Project Number: 10-3010.5 I KENT SPECIAL PROVISIONS The following Kent Special Provisions ("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 ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. 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 Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01", the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: Hawley Rd. Levee Improvements Ph 2/Horn 1 - 1 July 10, 2013 Project Number: 10-3010.5 1. What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications, Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, I and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the 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"). Hawley Rd. Levee Improvements Ph 2/Horn 1 - 2 July 10, 2013 Project Number: 10-3010.5 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 1-02.5 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 upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.kentwa.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download documents through City's internet connection, whether or not inability to access is caused by the bidder's or the City's technology. 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 REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING. 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Hawley Rd. Levee Improvements Ph 2/Horn 1 - 3 July 10, 2013 Project Number: 10-3010.5 Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.8(2) LOBBYING CERTIFICATION IS REVISED WITH THE FOLLOWING CLARIFICATION: THIS SECTION ONLYAPPLIES TO FEDERAL- AID CONTRACTS. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. I The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 4 July 10, 2013 Project Number: 10-3010.5 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 for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder, based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract 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 two (2) 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 working 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. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 5 July 10, 2013 Project Number: 10-3010.5 No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.4 IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE FIRST PARAGRAPH: 1-03.4 Contract Bond 5. The Contract Bond shall remain in force for one year following the Final Acceptance Date to ensure defects are corrected during the one-year guarantee period. SECTION 1-03.7IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK 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. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans i Hawley Rd. Levee Improvements Ph 2/Horn 1 - 6 July 10, 2013 Project Number: 10-3010.5 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8, WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). 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 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.7 IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.7 Differing Site Conditions (Changed Conditions) Upon written notification, the Engineer will investigate the conditions and if he/she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any Work under the Contract, an adjustment will be made and the Contract modified in writing accordingly. No claim for loss of anticipated profits will be allowed when determining this adjustment, The Engineer will notify the Contractor of his/her determination whether or not an adjustment of the Contract is warranted. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations are part of the Project and must be properly permitted for that use. As a result, if appropriate permits for the selected staging and storage locations have not been obtained, the Contractor will obtain those permits before putting the site to its intended use. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 7 July 10, 2013 Project Number: 10-3010.5 Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. Potential locations for a staging and storage area are shown on the plans. The City has obtained all permits and approvals necessary for the Contractor's use of this site within the limits shown on the plans and specified herein. The Contractor is responsible to obtain their own staging area. It is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary permits/approvals needed to use the property as the Contractor intends. Upon vacating the private property the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. All costs associated with the use of the City-provided site are included in the individual bid items. Should the Contractor choose not to use the City-provided staging and storage area, the Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, or paving. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes i Hawley Rd. Levee Improvements Ph 2/Horn 1 - 8 July 10, 2013 Project Number: 10-3010.5 DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS. 1-05.5 City Provided Construction Staking 1-05.5(1) General As used in this Section 1-05.5, the words, "stake," "mark," "marker," or "monument" will be deemed to include any kind of survey marking, whether or not set by the City. The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.5(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). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.4 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 a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 9 July 10, 2013 Project Number: 10-3010.5 Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.5(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: I 1. Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet as set forth in Section 1-05.5(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to'establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.5(3) Vacant 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 its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $150/hr for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working Hawley Rd. Levee Improvements Ph 2/Horn 1 - 10 July 10, 2013 Project Number: 10-3010.5 i days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.5(5) Staking Services Work requests must be made at least 3 working days in advance of the required staking. The City will furnish the following stakes and reference marks: 1. Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50 foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where deemed applicable as determined by the Engineer. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 50-foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline not less than 25-foot stations. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 11 July 10, 2013 Project Number: 10-3010.5 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. When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $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 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline Slope staking +/-800-1200 lineal feet (top and toe) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 12 July 10, 2013 Project Number: 10-3010.5 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, the Engineer may correct and remedy that work as may be identified in the written notice, by any means that the Engineer may deem necessary, including the use of City forces or other contractors. 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 the 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 and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, 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 remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.10 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-05.10 Guarantees The Contractor shall be available approximately sixty (60) calendar days prior to the expiration of the guarantee period to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work required under the guarantee. Upon receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized interruption of city facilities, the work necessary to correct the items listed. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 13 July 10, 2013 Project Number: 10-3010.5 .SECTXON 1-05.11 IS DELETED AND REPLACED WXrH 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 in writing that the Engineer 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 from the Engineer concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. This process shall be repeated until the Engineer establishes the Substantial Completion Date. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and the Engineer agrees that the work is ready for Final Inspection, the Contractor, by written notice, shall request that the Engineer 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 Hawley Rd. Levee Improvements Ph 2/Horn 1 - 14 luly 10, 2013 Project Number: 10-3010.5 I corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. Upon correction of all deficiencies, the Engineer will notify the Contractor, 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. 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. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 15 July 10, 2013 Project Number: 10-3010.5 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 1-05.1.3 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING, I 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 j the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: The Contract may be constructed concurrently with other developments in the area. A minimum 12' wide, continuously operational access must be provided and available for vehicles, bikes, and pedestrians during construction of the Hawley Road Levee Improvements. Reconstruction of the levee surface may be required due to weather, and vehicles needing to drive through the construction zone. The Contractor shall ensure that travel-way surfaces, slopes and grades will allow access of truck deliveries (especially low-boy equipment) as well as materials and construction items needed for the work on other projects in the area. Riverview Channel Project Constructed by PSI (Performance Systems Incorporated) through US Army Corps of Engineers (USACOE). Project is nearing completion and should be finalized in 2013. USACOE Contact: Dan Roper, (206) 400-7402 Hawley Rd. Levee Improvements Ph 2/Horn 1 - 16 July 10, 2013 Project Number: 10-3010.5 CenturyLink Vault Relocation CenturyLink will adjust an existing handhole to finished grade. CenturyLink Project Manager: Warren Perkins (253) 372-5325 Warren.Perkins@centurylink.com CenturyLink Repair Line: (886) 864-2255 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 unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS; 1-06.6 Submittals 1-06.6(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 16, 1C, etc.). Hawley Rd. Levee Improvements Ph 2/Horn 1 - 17 July 10, 2013 I' Project Number: 10-3010.5 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.6(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0) of the Kent Special Provisions. The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.6(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 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. i Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 18 July 10, 2013 Project Number: 10-3010.5 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission, No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 19 July 10, 2013 Project Number: 10-3010.5 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(11.) 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 shall contact the Washington State Department of Revenue for answers to questions in this area. The City will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The City 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 60.28.051). 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. i Hawley Rd. Levee Improvements Ph 2/Horn 1 - 20 July 10, 2013 Project Number: 10-3010.5 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; 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 will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). Hawley Rd. Levee Improvements Ph 2/Horn 1 - 21 July 10, 2013 Project Number: 10-3010.5 - SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 1-07.6 Permits and Licenses The City has obtained the following permits: • City of Kent and Washington Department of Ecology (DOE) Shoreline Substantial Development Permit • DOE — Construction Stormwater General Permit (CSWGP) • Department of Fish & Wildlife — Hydraulic Project Approval (HPA) Permit • City of Kent — Flood Permit • DOE — Shoreline Conditional Use 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. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH. 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date. SECTION 1-07.13(3) IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING; 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by 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. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 22 July 10, 2013 Project Number: 10-3010.5 SECTION 1-07.17IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH. 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19,122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. Hawley Rd, Levee Improvements Ph 2/Horn 1 - 23 July 10, 2013 Project Number: 10-3010.5 i The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. AT&T Centur3lLink Dan McGeough Warren Perkins (425) 896-9830 (253) 372-5325 (cell) Comcast Olympic Pipeline Jerry Steele Pam Brady (206) 391-1763 (cell) (425) 781-2506 (253) 288-7532 (office) Puget Sound Energy Verizon Anita Yurovchak Brad Landis (253) 476-6304 (425) 201-0901 (253) 381-6714 (425) 766-1740 Zavo Fiber Solutions Tim Sypowicz (702) 755-1143 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 Contract, which constitute the Contractor's insurance requirements for this project. 1-07.23 Public Convenience and Safety SECTION 1-07.23(1) IS SUPPLEMENTED BYADDING 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 road 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. Hawley Road will be closed to all other vehicular traffic except for businesses and construction related vehicles to the Riverview Park. The Green River Trail will also be closed to pedestrians and bicyclists and redirected around the construction zone as noted on the traffic control plans. Contractor to post trail closure signs, two weeks prior to Hawley Rd. Levee Improvements Ph 2/Horn 1 - 24 July 10, 2013 Project Number: 10-3010.5 Contractor date to start construction. Signs shall include closure date. 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 will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City Hawley Rd. Levee Improvements Ph 2/Horn 1 - 25 July 10, 2013 Project Number: 10-3010.5 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 conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/S'edimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 26 July 10, 2013 Project Number: 10-3010.5 If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1. If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 27 July 10, 2013 Project Number: 10-3010.5 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(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 resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City 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 adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. The Contractor should allow 3 weeks for the walk-thru and to addressing the punch list items as part of the total working days for this contract. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: { 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended, for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable Hawley Rd. Levee Improvements Ph 2/Horn 1 - 28 July 10, 2013 Project Number: 10-3010.5 i time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been suspended, by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM 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. ITEM 1 IN PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1. Failure to obtain all materials and workers. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 29 July 10, 2013 Project Number: 10-3010.5 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. Contract number. 8. Unit of measure. 9. Legal gross weight in Remarks section. j 10. 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 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. j 5. Engineering and inspection fees beyond Completion Date. I Hawley Rd. Levee Improvements Ph 2/Horn 1 - 30 July 10, 2013 Project Number: 10-3010.5 i 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. 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. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. i Hawley Rd. Levee Improvements Ph 2/Horn 1 - 31 July 10, 2013 Project Number: 10-3010,5 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BYADDING 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 that may occur on highways, roads, streets, sidewalks, pedestrian paths, 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. SECTION 1-10.2(1) IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or (206) 382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 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 I Payment for setup and take down of construction 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) of the WSDOT Standard Specifications, and for transportation described in Section 1-10.3(2) of the WSDOT Standard Specifications when there is a contract price for "Traffic Control Vehicle." Hawley Rd. Levee Improvements Ph 2/Horn 1 - 32 July 10, 2013 Project Number: 10-3010.5 i SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: I 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 33 July 10, 2013 Project Number: 10-3010.5 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. When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the WSDOT Standard Specifications. Hawley Rd. Levee Improvements Ph 2/Horn 1 - 34 July 10, 2013 Project Number: 10-3010.5 i DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions, 2. Asphalt material that is to be incorporated into the embankment shall be broken into pieces not exceeding 12 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the Hawley Rd. Levee Improvements Ph 2/Horn 2 - 1 ]uly 10, 2013 Project Number: 10-3010.5 cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.5IS 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 price = additional 6 inches 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 $2.00 ( ) x 6 = $0.67/SY in addition•to the unit price. No other compensation shall be allowed. The unit contract price per square yard for "Remove Cement Concrete Sidewalk" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Cement Concrete Curb and Gutter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Cement Concrete Extruded Curb" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete extruded curb as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Existing Storm Sewer Pipe or Culvert" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing storm pipe or culvert as shown on the plans and described in Hawley Rd. Levee Improvements Ph 2/Horn 2 -.2 July 10, 2013 Project Number: 10-3010.5 the specifications. The unit bid price shall also include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow, and compaction. The unit contract price per each for "Remove Existing Catch Basin or Manhole" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing structure as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling, with gravel borrow and compaction. Any frames, grates, or risers shall be hauled and disposed of by the Contractor unless deemed salvageable as determined by the Engineer. "Saw Cut Existing Asphalt Concrete Pavement" "Saw Cut Existing Cement Concrete Pavement" The unit price contract price per lineal foot for the above items constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: (Encountered thickness - 6 inches) x unit bid price =6inches additional compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/1-F then its additional compensation for the extra thickness would be: (8 - 6) x $26 0= $0.67/LF in addition to the unit bid price. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.3(14)B IS SUPPLEMENTED BY ADDING THE FOLLOWING; 2-03.3(14)B Earth Embankment Construction Prior to placement of the levee Embankment the subgrade shall be stripped of asphalt, top soil and vegetation, aerated and proof- compacted with a self-propelled compactor with lug attachments or a sheeps-foot roller. Following proof-compaction of the subgrade, the fill Hawley Rd. Levee Improvements Ph 2/Horn 2 - 3 July 10, 2013 Project Number: 10-3010.5 shall be placed directly onto the irregular ground surface created by the lug wheel. The first lift of material shall also be compacted using a sheep-foot roller. 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. Bench new fill into the existing slope after scarifying the surface of the slope. Use vibratory roller if new fill area is wide enough and fill in 12 inch lifts. If too narrow, use a hoe-pack and lifts of 6 to 8 inches. Maximum lift thickness shall be 3 inches, as noted in Section 4-05. 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 and Gravel Borrow for General Fill. 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 j Section 2-03.3(7)C of the WSDOT Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. 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)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)E Unsuitable Foundation Excavation Should excavation reveal undesirable underground features, additional excavation to remove said features shall be paid as Unsuitable Foundation Excavation. Hawley Rd. Levee Improvements Ph 2/Horn 2 - 4 July 10, 2013 Project Number: 10-3010.5 Pipe bedding material surrounding those pipes to be removed shall be removed with the pipe. The excavations shall be inspected by the Geotechnical Engineer prior to backfilling. Soil from the excavations may not be use&as backfill without the approval from the Geotechnical Engineer. 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 regarding disposal sites. 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. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street (253) 856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street (253) 856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. Hawley Rd. Levee Improvements Ph 2/Horn 2 - 5 July 10, 2013 Project Number: 10-3010.5 The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. Hawley Rd. Levee Improvements Ph 2/Horn 2 - 6 July 10, 2013 Project Number: 10-3010.5 DIVISION 4 - BASES DIVISION 4 IS SUPPLEMENTED BYADDING 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 Kent 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 4- 04.3 and Section 2-03.3(14)B. 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 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. 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 Hawley Rd. Levee Improvements Ph 2/Horn 4 - 1 July 10, 2013 Project Number: 10-3010.5 subbase, backfill for water, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements SECTION 4-04,3(2) IS SUPPLEMENTED BYADDING 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 9S 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 4-04,5IS SUPPLEMENTED BYADDING THE FOLLOWING: 4-04.5 Payment "Crushed Surfacing Top Course, 5/8 Inch.Minus" "Crushed Surfacing Base Course, 1-1/4 Inch Minus" The unit contract price per ton for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. Hawley Rd. Levee Improvements Ph 2/Horn 4 - 2 July 10, 2013 Project Number:. 10-3010.5 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT MIX ASPHALT SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.2 Materials Recycled materials such as Recycled Asphalt Pavement (R.A.P.) for the pavement sections shall not be allowed. SECTION 5-04.3(7)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.3(7)A Mix Design The City at its option may approve a current WSDOT approved mix design, Class 1/2" in place of performing a mix design, provided, however, that such mix design shall include a minimum asphalt content of 5% by total mix weight and anti-stripping compound. Anti-stripping compound shall be added to the asphalt material in accordance with Section 9-02.4. If the City is not satisfied with the mix submitted, a full mix design will be performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: 1. Asphalt Cement and Gradation: Extraction tests shall be taken every 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. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal and repaving of material Hawley Rd. Levee Improvements Ph 2/Horn 5 - 1 July 10, 2013 Project Number: 10-3010.5 that does not meet the contract specifications at the Contractor's expense. i SECTION 5-04.3(9) IS SUPPLEMENTED BYADDING THE FOLLOWING; I 5-04.3(9) Spreading and Finishing Asphalt concrete Class 1/2" shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer. The minimum compacted depth of HMA shall be 1 1/2 inch. SECTION 5-04.3(10) IS SUPPLEMENTED BY ADDING THE FOLLOWING. 5-04.3 10 Compaction ( ) P action I� Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3(10)B IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(10)B Control For HMA, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum 92 percent of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. 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). Hawley Rd. Levee Improvements Ph 2/Horn S - 2 July 10, 2013 Project Number: 10-3010.5 I 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(12)A 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: i 5-04.3(21) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: "HMA Class 1/2", PG 64-22" "HMA Class 1/2", PG 64-22 (Skid Resistant)" The unit contract price per ton for the above items shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for driveways, Hawley Road, Holmes parking lot, permanent utility patches, sidewalk ramps, and other areas at the locations shown on the plans, as specified herein and as directed by the Engineer. Also included in this bid item is the sealing of all cracks between the new asphalt pavement and the existing pavement. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. See Appendix A-8 for skid resistant mix. Hawley Rd. Levee Improvements Ph 2/Horn 5 - 3 July 10, 2013 Project Number: 10-3010.5 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)0 Price Adjustments for Quality of HMA Compaction i i i II� Hawley Rd, Levee Improvements Ph 2/Horn 5 - 4 July 10, 2013 Project Number: 10-3010.5 i DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7-04 STORM SEWERS THE FIRST PARAGRAPH OF SECTION 7-04.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-04.2 Materials The following pipe types and materials are accepted for drains, culverts, and storm sewers for this project. The Contractor has the option of choosing the material except for those pipes specified on the plans to be a specific material. Reinforced Concrete Pipe (RCP) Class IV ........ 9-05.7(2) PVC Pipe.................................................... 9-05.12(1) Ductile Iron Pipe Class 50 (Epoxy Lined) ........ 9-05.13 7-04.3(1) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7-04.3(1)A General All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. SECTION 7-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 7-04.3(1)G Television Inspection All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the City Utility Department and accepted prior to placing final crushed rock surfacing and pavement. All construction except final casting adjustments must be completed and approved by the Inspector prior to the TV inspection. The manholes and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection. Castings must be removed for paving, and fully grouted in place after paving. Hawley Rd. Levee Improvements Ph 2/Horn 7 - 1 July 10, 2013 Project Number: 10-3010.5 SECTION 7-04.5 15 SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.5 Payment "Storm Sewer Pipe, 8 Inch Diameter Cl 50 Ductile Iron (Epoxy Lined)" "Storm Sewer Pipe, 12 Inch Diameter CI 50 Ductile Iron (Epoxy Lined)" The unit contract price per lineal foot for the above items shall be complete compensation.for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, tees, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3 Construction Requirements All manholes and catch basins shall be precast concrete units and shall conform to Kent Standard Plans 5-1 and 5-2 unless specified otherwise. Minimum height for Type 1-48 inch, 54 inch, and 60 inch manholes shall be 5 feet. All manhole or catch basin penetrations, lifting holes, barrel joints (interior or exterior), risers, frames, and any other location determined by the Engineer, shall be sealed to prevent infiltration. The Contractor shall submit proposed sealing product literature to the Engineer for acceptance, prior to use. Catch basin grates and solid covers shall be ductile iron and of the locking type unless indicated otherwise on the plans and shall be in accordance with Kent Standard Plans 5-4 through 5-16 as applicable. Miscellaneous catch basin details shall be in accordance with Kent Standard Plan 5-3. Care must be taken to insure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. PVC pipe adaptors shall be KOR-IN-SEAL type flex joints or sand collars or other materials as approved by the Engineer to permit slight differential movement. All pipe materials other than the above shall be mudded directly into the manholes and catch basins using a smooth forty five (45) degree bevel from the pipe to the structure meeting Hawley Rd. Levee Improvements Ph 2/Horn 7 - 2 July 10, 2013 Project Number: 10-3010.5 ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. Block lettering is required on the top surfaces of storm drain castings, and shall read as follows: "OUTFALL TO STREAM, DUMP NO POLLUTANTS" SECTION 7-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade All construction in performing adjustments of existing or new utilities shall conform to the WSDOT Standard Specifications, Standard Plans, Kent Standard Plans and the Kent Special Provisions. Locating all new and existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for immediate rejection. i On asphalt concrete paving and/or asphalt resurfacing projects, manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks Hawley Rd. Levee Improvements Ph 2/Horn 7 - 3 July 10, 2013 Project Number: 10-3010.5 and fully mortared to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementatious materials only. Wood, plastic, iron, aluminum, bituminous or similar materials are prohibited. On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7-05.3(3) Connections to Existing Manholes It shall be the Contractor's sole responsibility to protect the existing sewer system from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. 7-05.3(6) Storm Drain Stenciling The pavement adjacent to all catch basins and inlets within the project limits shall be marked with a standard pollution prevention thermoplastic form such as the example following: N( ) 1)UM1) 1N G ! 0" DRAINS To STREAM The wording shall be placed so that it can be read from the sidewalk or shoulder of the road. Contractor is responsible for purchase and installation of the thermoplastic material. Hawley Rd. Levee Improvements Ph 2/Horn 7 - 4 July 10, 2013 Project Number: 10-3010.5 SECTION 7-05.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-05.5 Payment The unit contract price per each for "Catch Basin, Type 1" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating, dewatering, installing (bath individually, or over existing pipes), connecting new or existing pipes, backfilling, compacting, surface restoration, referencing for future locates prior to final overlay, and storm drain stenciling. The unit contract price per each for "Adjust Existing Catch Basin Grate or Curb Inlet Grate to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating, dewatering, installing, connecting new or existing pipes, backfilling, compacting, surface restoration, referencing for future locates prior to final overlay, and storm drain stenciling. Adjusting the grade by adding or removing risers, grade rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "Bolt Down Catch Basin Frame and Grate" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "Thermoplastic Storm Drain Stenciling" constitutes complete compensation for furnishing all labor, tools, equipment, supplies and materials necessary or incidental to the installation of the thermoplastic storm drain pollution markers and other work as specified. Also see Section 7-05.3(6) and 8-22 of the Kent Special Provisions. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS SECTION 7-08.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.2 Materials All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. Hawley Rd. Levee Improvements Ph 2/Horn 7 - 5 July 10, 2013 Project Number: 10-3010.5 All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the WSDOT Standard Specifications, the Kent Special Provisions and the manufacturer's recommended installation procedures. See the following Sections of the WSDOT Standard Specifications and the Kent Special Provisions: Hot Mix Asphalt ............................... 5-04.2 Storm Sewers ................................. 7-04.2 Manholes, Inlets and Catch Basins...... 7-05.2 Crushed Surfacing ........................... 9-03.9(3) Gravel Backfill for Pipe Zone Bedding.. 9-03.12(3) Gravel Borrow ................................. 9-03.14(1) Foundation Material Class I and II ...... 9-03.17 Bank Run Gravel for Trench Backfill.... 9-03.19 SECTION 7-08.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)A Trenches If well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the Contractor shall be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in an approved gradual manner. The Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. I In the event of damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from its dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. Hawley Rd. Levee Improvements Ph 2/Horn 7 - 6 July 10, 2013 Project Number: 50-3010.5 Each individual project and dewaterin operation shall be evaluated P J 9 P individually to determine exact requirements; however, in general the following conditions will apply. 1. Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the WSDOT Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I or II meeting the requirements of Section 9-03.17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)C Bedding the Pipe Bedding shall be placed in accordance with WSDOT Standard Plan B- 55.20-00. Bedding material shall be in accordance with Section 9- 03.12(3) of the Kent Special Provisions. Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557. Hawley Rd. Levee Improvements Ph 2/Horn 7 - 7 July 10, 2013 Project Number: 10-3010.5 The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. SECTION 7-08.3(2)B IS .SUPPLEMENTED BY ADDING THE FOLLOWING; 7-08.3(2)B Pipe Laying - General At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. SECTION 7-08.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING; 7-08.3(2)G Jointing of Dissimilar Pipe Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). SECTION 7-08.3(2) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION; 7-08.3(2)J Pipe Laying - PVC For PVC pipe, the Contractor shall maintain a cover over the pipe to prevent temperature deformation caused by the sun and shall remove such cover only for a sufficient time to allow the pipe to be installed. When making field cuts of PVC pipe, a new reference line shall be marked on the spigot end a distance of 4-5/8 inches from said end. Said end will provide a visual means of determining whether full insertion of the spigot into the bell has been made during installation. Hawley Rd. Levee Improvements Ph 2/Horn 7 - 8 July 10, 2013 Project Number: 10-3010.5 SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(5) Street Restoration Unless otherwise shown on the plans, street restoration shall be in accordance with the following requirements: Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4 inches crushed surfacing base course. In all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 inches greater than the existing section. All gravel shoulders shall be restored to their original condition and shape. The Contractor shall spread a 2 inch thick layer of crushed surfacing on the shoulder. The shoulder shall be finished with a grader after backfilling and compacting and before spreading the crushed surfacing. Permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-08.4 Measurement Gravel backfill for foundation and gravel backfill for pipe zone bedding shall be measured by the ton, including haul. Hawley Rd, Levee Improvements Ph 2/Horn 7 - 9 July 10, 2013 Project Number: 10-3010.5 SECTION 7-08.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.5 Payment l The unit contract price per ton for "Pipe Zone Bedding" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. Reference WSDOT Standard Plan B-55.20-00. The unit contract price per ton for "Foundation Material. Class I and II" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place foundation material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The unit contract price per ton for "Bank Run Gravel for Trench Backfill" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. 7-09 WATER MAINS SECTION 7-09.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-09.2 Materials All water main pipe shall be ductile iron and shall meet the requirements of the following sections of the Kent Special Provisions: Ductile Iron Water Pipe.............. 9-30.1(1) Fittings for Ductile Iron Pipe ....... 9-30.2(1) The following aggregates shall meet the requirements of the following sections of the Kent Special Provisions: Bedding Material ....................... 9-03.12(3) Foundation Material................... 9-03.17 Hawley Rd. Levee Improvements Ph 2/Horn 7 - 10 July 10, 2013 Project Number: 10-3010.5 7-09.3 Construction Requirements SECTION 7-09.3(8) IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-09.3(8) Removal and Replacement of Unsuitable Materials Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance to Section 7-09.3(8) of the WSDOT Standard Specifications except that the foundation material shall meet the requirements of Kent Special Provisions 9-03,17. Excavation and disposal of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. SECTION 7-09.3(9) IS DELETED AND REPLACED WITH THE FOLLOWING: 7-09.3(9) Bedding the Pipe In most cases, imported bedding is not required for water main installations. The native material shall be worked to form a continuous and uniform trench bottom for all buried pipe. Bedding material shall be tamped in layers around the pipe and to a sufficient height above the pipe to adequately support and protect the pipe, compaction shall be 95 percent of maximum dry density per ASTM D-1557. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material, so as to provide firm and uniform support for the full length of the pipe, valves and fittings. Care shall be taken to prevent any damage to the pipe or its protective coatings. Material larger than 1 1/2 inch diameter found in the trench shall be removed for a depth of at least two inches around the pipe. When specified, imported bedding material shall be used. All bedding material prior to use shall be subject to the approval of the Engineer. The responsibility for obtaining said approval shall rest solely with the Contractor. NOTE: Pea gravel will not be allowed as a bedding material. Bedding shall be placed 6 inches under and 6 inches over the pipe where, in the opinion of the Engineer, existing material is found to be unsuitable. Hawley Rd. Levee Improvements Ph 2/1-lorn 7 - 11 July 10, 2013 Project Number: 10-3010.5 SECTION 7-09-3(13) IS REVISED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: 7-09.3(13) Handling of Pipe In addition, all installed lengths of pipe shall have a suitable swab or "pig" drawn continuously through them to remove all possible debris prior to flushing and disinfection. SECTION 7-09.3(19)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-09.3(19)A Connections to Existing Mains Also see Appendix 4 New Water Main Connection Procedures. Connections to existing mains which require turning off the water, shall not be made without at least five (5) working days notice to the Engineer, the City Water Department, and affected water customers. Prior to purchase of materials, the Contractor shall field inspect the connection points to verify the exact fittings, adaptors, etc. required to make an approved connection. The Contractor shall furnish and install materials approved by the City. The City shall not be responsible for incorrect or unapproved materials purchased by the Contractor. Where various methods are possible, or if doubt exists as to what is required, the Contractor shall coordinate with the City prior to construction. The Contractor shall not make a connection to a live water main until after satisfactory pressure and purity tests. SECTION 7-09.3(20) IS DELETED AND REPLACED WITH THE FOLLOWING: 7-09.3(20) Detectable Marking Tape Instead of tracer tape, 12 gage solid copper wire protected with plastic shall be installed over all non-metallic water lines including service lines. The tracing wire shall be placed as shown on Standard Plans and shall extend the full length of the line. SECTION 7-09.3(23) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(23) Hydrostatic Pressure Test Hydrostatic pressure tests shall be made at a minimum pressure of 250 psi. SECTION 7-09.3(24) IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-09.3(24) Disinfection of Water Mains Following the pressure test, flushing procedure and disinfection of the pipe, the Contractor shall arrange with the Public Works Inspector for Hawley Rd. Levee Improvements Ph 2/Horn 7 - 12 July 10, 2013 Project Number: 10-3010.5 coliform (purity) tests to be taken b the Water Department. Tw (P Y) Y P o samples taken 24-hours apart, with no flushing between samples is required to be taken from each apparatus. The Contractor may elect to contract with a City-approved lab for the tests. Contractor shall pay for purity tests as required by the City. The Contractor shall install corporation stops at all locations required to take bacteriological test samples. If the original test sample proves unsatisfactory, an additional charge will be assessed to the Contractor for processing each additional sample. SECTION 7-09.3(24)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(24)A Flushing The Contractor shall be responsible for disposal of treated water flushed from mains. The sanitary sewer shall be the preferred option for disposal of all flushed water. The City shall approve disposal into available sanitary sewers, provided that the rate of disposal will not overload the sewer. All discharges to the storm system shall be tested for total residual chlorine using a portable "HACH" kit or equivalent, prior to discharge. NO DISCHARGE TO SURFACE WATERS OR THE STORM SYSTEM IS ALLOWED AT CONCENTRATIONS OF TOTAL RESIDUAL CHLORINE ABOVE 20 UG/1 (.02 MG/1). (Because the minimum detection limit for this test is about 10 ug/1 (.01 mg/1) under ideal conditions, field testing may lack precision.) If no acceptable discharge for the treated water is identified, the Contractor shall be required to dechlorinate the water prior to discharge. Water for testing and flushing, when taken from the City water mains shall pass through an approved reduced pressure backflow valve assembly. This activity must be coordinated with and approved by the City. SECTION 7-09.3(24)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(24)B Requirement of Chlorine All new, cleaned or repaired water mains shall be disinfected in accordance with AWWA Standard C651. This Specification includes detailed procedures for the adequate flushing, disinfection, and microbiological testing of all water mains. II Hawley Rd. Levee Improvements Ph 2/Horn 7 - 13 July 10, 2013 Project Number: 10-3010.5 SECTION 7-09.3(24)M IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(24)M Chlorinating Connections to Existing dater Mains and Water Service Connections After the new piping has been flushed, pressure tested, disinfected, and all purity test sample results are satisfactory, connections to the existing main can be made. All closure pieces and fittings shall be swabbed with an appropriate chlorine solution (5-6 percent Cl), in accordance with AWWA Standard C651. Maximum length of swabbed section of water main pipe shall be less than 18 feet (1 section of pipe). SECTION 7-09.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-09.4 Measurement Measurement for payment of pipe for water mains will be by the linear foot of pipe laid, tested and approved and shall be along the pipe through fittings, valves, and couplings. ' SECTION 7-09.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-09.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per lineal foot for "8 Inch Diameter Ductile Iron Cl 52 Water Main Pipe" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, cement concrete thrust blocking, risers, elbows, disinfecting, flushing, testing, temporary blowoffs, tapping and corporation stops required for testing, and additional costs for overtime work when working on weekends. The unit bid price per each for "8 Inch Connection to Existing Water Main" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to wet tap the main or cut into the main and make the connection, complete in place as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to excavation, dewatering, all fittings, couplings, adapters, tapping valve with tapping sleeves, concrete blocking and disinfection. Costs for connection to the ends of existing pipes (water main extensions) including removal of existing concrete blocking, and connections to existing valves, crosses, and tees and similar fittings shall be included in this bid item. The cost to Hawley Rd. Levee Improvements Ph 2/Horn 7 - 14 - July 10, 2013 Project Number: 10-3010.5 coordinate this work with the City Water Department and to notify affected users of the system such as adjoining businesses and property owners shall be included as part of this bid item. Also included shall be any costs resulting in work that is required to be performed at other than normal working hours. The unit contract price per each for "Water Main Abandonment' constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to abandon the existing water main as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to excavation, removal and disposal of pipes, concrete blocking, or fittings, plugging and capping the main, backfilling and compaction. The cost to coordinate this work with the City Water Department and to notify affected users of the system such as adjoining businesses and property owners shall be included as part of this bid item. Also included shall be any costs resulting in work that is required to be performed at other than normal working hours. 7-12 VALVES FOR WATER MAINS SECTION 7-12.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.3(1) Installation of Valve Marker Posts Valve marker posts conforming to Kent Standard Plan 3-4 shall be located opposite each valve as directed by the Engineer. The 18 inches of exposed post shall be painted with two coats of approved white concrete paint, and then the size of the valve, the type of valve, and the distance in feet from the post to the valve shall be painted on the face of the post, using approved black paint and stencils which produce letters 2-inches high. SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-12.3(2) Replace Existing Valve Box Top Section and Lid See Section 9-30.3(4) of the Kent Special Provisions for material specifications. Where shown in the plans or where directed by the Engineer, the Contractor shall furnish and install new Valve Box Top Section and Lid on existing water valves in accordance with the details shown in the plans, these Kent Special Provisions or as directed by the Engineer. Lid shall be the locking type. On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of each structure shall be relocated from referenced previously established by the Contractor. The pavement shall be cut in a restricted area and Hawley Rd. Levee Improvements Ph 2/Horn 7 - 15 July 10, 2013 Project Number: 10-3010.5 base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. 7-12.3(3) Adjusting Valve Boxes to Grade On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of each structure shall be relocated from referenced previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the VVSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.4 Measurement Measurement of valve marker posts shall be incidental for new valve installations, and per each for valve marker post installed opposite an existing valve. Relocation and remarking of existing valve marker posts shall be incidental to the project. SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Adjust Existing Valve Box Top Section and Lid to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment . necessary to adjust the valve box top to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Any adjustments made prior to the final finished elevation shall be considered incidental to this bid item. Reference Kent Standard Plan 3-7. Hawley Rd. Levee Improvements Ph 2/Horn 7 - 16 July 10, 2013 Project Number: 10-3010.5 The unit bid price per each for "8 Inch Gate Valve MJ x FL or MJ x MJ or FL x FL" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to install the type and diameter of valve complete and in place, including but not limited to: verifying existing pipe type, location and fittings; furnishing and installing the gate valve and all necessary fitting and appurtenances; furnishing and installing the valve box top section, lid, and base section; tapping valve with tapping tee where shown on the plans; valve nut extenders where needed; trenching; dewatering; backfilling and compacting selected materials; jointing; painting; disinfecting; flushing; hydrostatic and purity testing; furnishing and installing valve box with cover and a valve marker post; running a pig through valve. Water disconnect may be required after hours or on a weekend. Additional costs for weekend work, removal of existing valves, cutting and capping existing water mains shall be included in this item. 7-14 HYDRANTS SECTION 7-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7-14.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Fire Hydrants ........................... 9-30.5 Hydrant Dimensions .................. 9-30.5(2) Fire Hydrant Guard Posts ........... 9-30.5(6) 7-14.3 Construction Requirements SECTION 7-14.3(2)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-14.3(2)C Hydrant Guard Posts Concrete fire hydrant guard posts shall be furnished and installed with fire hydrants as directed by the Engineer. Guard posts shall be buried to a minimum depth of three feet (3'). Guard posts shall not be set higher than the top of the fire hydrants, they shall be plumb, and where more than one post is used at a hydrant, they shall be set with their tops at the same elevation. Posts shall be located to leave a minimum 3-foot radius of unobstructed working area around the face of the fire hydrant. Final location of guard posts is subject to the approval of the Engineer. The exposed portion of the guard post shall be painted with two coats of approved white concrete paint. i Hawley Rd. Levee Improvements Ph 2/Horn 7 - 17 July 10, 2013 Project Number: 10-3010.5 SECTION 7-14.3(3) IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING IT WITH THE FOLLOWING; 7-14.3(3) Resetting Existing Hydrants Where existing hydrants are shown on the plans for adjustments to conform to new street alignment or grade or installation of new utilities or all three, the hydrant shall be relocated without disturbing the location of the hydrant lateral tee at the main. SECTION 7-14.5 IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-14.5 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 "Resetting Existing Hydrants" constitutes complete compensation for all labor, material, and equipment necessary or incidental to the resetting of existing hydrants, including, but not limited to new additional pipe, fittings, gate valve flushing, guard posts, disinfecting, testing, shackling, painting, and reconnecting to the source. Guard post installation for fire hydrants shall be considered incidental to fire hydrant work of all kinds, unless a specific bid item for guard posts is listed in the proposal. Hawley Rd. Levee Improvements Ph 2/Horn 7 - 18 July 10, 2013 Project Number: 10-3010.5 DIVISION 8 ® MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ....................................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) 8-01.3 Construction Requirements SECTION 8-01,3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. Hawley Rd. Levee Improvements Ph 2/Horn 8 - 1 July 10, 2013 Project Number: 10-3010.5 II I The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1. Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS; 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants prohibited 3. City of Kent 2002 Surface Water Design Manual 4. Construction Stormwater General Permit - WA Department of Ecology Hawley Rd. Levee Improvements Ph 2/Horn 8 - 2 3uly 10, 2013 Project Number: 10-3010.5 j I 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION B-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING. 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hydroseed mixture to be applied by an approved hydro seeder which i 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 Hawley Rd. Levee Improvements Ph 2/Horn 8 - 3 July 10, 2013 Project Number: 10-3010.5 with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1. Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified Section 9-14.2 of the Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or.on approved project plans. Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. 2, Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as Hawley Rd. Levee Improvements Ph 2/Horn - 8 - 4 July 10, 2013 Project Number: 10-3010.5 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 not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 Ibs/acre of "Mix A" unless otherwise directed by Engineer. Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-01.3(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 WSDOT Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) 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. Hawley Rd. Levee Improvements Ph 2/Horn 8 - S July 10, 2013 Project Number: 10-3010.5 Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)E IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)E Soil Binders and Tacking Agents Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the WSDOT 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 WSDOT 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 BYADDING 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. Hawley Rd. Levee Improvements Ph 2/Horn 8 - 6 July 10, 2013 Project Number; 10-3010.5 SECTION 8-01.3(2)H IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. i Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5IS SUPPLEMENTED BYADDING 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: Hawley Rd. Levee Improvements Ph 2/Horn 8 - 7 July 10, 2013 Project Number: 10-3010.5 1. All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit 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. 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.1(1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. Hawley Rd. Levee Improvements Ph 2/Horn 8 - 8 July 10, 2013 Project Number: 10-3010.5 All plant materials shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A.......................................... 9-14.1(1) Seed ....................................................... 9-14.2 Fertilizer.................................................. 9-14.3 Mulch and Amendments............................. 9-14.4 Wood Cellulose Fiber...................:............. 9-14.4(2) Erosion Control Devices ............................. 9-14.5 Plant Materials.......................................... 9-14.6 Street Trees............................................. 9-14.6(1)A Stakes, Guys and Wrapping ....................... 9-14.7 Tree Ties ................................................. 9-14.7(1) Water for Plants........................................ 9-25.2 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(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 BYADDING 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 Hawley Rd. Levee Improvements Ph 2/1-lorn 8 - 9 July 10, 2013 Project Number: 10-3010.5 diameter, and shall be neat and uniform basins around each tree. The Contractor shall then place special planting mixture into the tree basins, compacting by repeated watering so that the crown of the root ball will have the same relation to finished grade as it bore to the grade from the ground from which it was dug. SECTION 8-02.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING. 8-02.3(7) Layout of Planting The location of plantings shall be according to the landscaping details, unless otherwise directed by the Engineer. The Contractor shall layout tree, shrub and herbaceous plant locations and receive the approval of the Engineer before planting begins. SECTION 8-02.3(8) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.3(8) Planting All plants shall be carefully placed in excavated holes to prevent damage to fibrous root systems during placement and backfilling operations, with burlap or container removed. Plants shall be set vertically in the center of the pits, backfilled with native soil, watered and settled so that the crown of the root ball will have the same relation to finished grade as it bore to the grade of the ground from which it was dug. All street trees shall be planted in general conformance to Kent Standard Plan 6-55. 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 BYADDING 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 Hawley Rd. Levee Improvements Ph 2/Horn 8 - 10 July 10, 2013 Project Number: 10-3010.5 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 its sole expense. All replacement planting shall be conducted in conformance to these specifications. SECTION 8-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.3(17) Plant and Site Protection During Entire Construction Period I The Contractor shall: 1. Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. SECTION 8-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per each for "Street Tree Planting and Staking" constitutes complete compensation for all labor, materials, tools and equipment necessary for planting and staking street 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 one 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. Hawley Rd. Levee Improvements Ph 2/Horn 8 - 11 July 10, 2013 Project Number: 10-3010.5 The unit contract price per force account for "Miscellaneous Landscape Restoration" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish, install and/or modify the existing landscape to facilitate the improvements provided. Including but not limited to shrubs or other plantings, block walls or rockery as needed to make the landscaping slope manageable. I The bid item "Existing Irrigation System Removal, Repair, and/or Modifications" shall be paid by force account in accordance with Section 1-09.6. This payment shall constitute complete compensation for all labor, tools, materials and equipment necessary to complete the work described above as approved by the Engineer. This item also includes all costs to test the existing irrigation system to determine if the system is operational prior to construction, and to submit plans and obtain approval from the City as required. for the work to be completed. If the Contractor fails to test an irrigation system and the property owner claims the system was operational before the system was removed or modified, the Contractor shall replace, restore or repair the irrigation system at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration or repair must be made by the Contractor is final. For the purpose of providing a common proposal for all bidders, the City has entered an estimated amount for force account for this item in the proposal to become part of the total bid by the Contractor. 8-04 CURBS, GUTTERS, AND SPILLWAYS SECTION 8-04.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways 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 WSDOT Standard Specifications: Hawley Rd. Levee Improvements Ph 2/Horn 8 - 12 July 10, 2013 Project Number: 10-3010.5 "Cement Concrete Traffic Curb" "Cement Concrete Curb and Gutter" "Cement Concrete Extruded Curb" The unit contract price per linear foot for the above items shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES SECTION 8-06.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8706.3 Construction Requirements Cement Concrete Driveways shall be installed at the locations indicated on the plans or where directed by the Engineer. See Kent Standard Plan 6-43 and 6-43R. Cement concrete driveways and associated cement concrete curb drops shall be constructed using a 3-day mix. In addition, the Contractor shall immediately implement temporary provisions for access so that no driveway is out of service. Also the Contractor shall not simultaneously work on more than one driveway serving a property. SECTION 8-06,5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.5 Payment "Cement Concrete Driveway Modified, 8 Inch Depth, Reinforced" "Cement Concrete Driveway, 8 Inch Death, Reinforced" The unit contract price per square yard for the above items constitutes complete compensation for all materials, tools, supplies, labor and equipment required to install 8" thick cement concrete driveway in accordance with the plans and specifications. Reinforcing steel in the driveway shall be included in this bid item. Reference Kent Standard Plan 6-43 and 6-43R. 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. HawleyRd. Levee Improvements Ph 2 Horn 8 - 13 p / July 10, 2013 Project Number: 10-3010.5 SECTION 8-12.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-12.3(1) Chain Link Fence and Gates Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall meet the requirements shown in the plans or as directed by the Engineer. New 48" fence shall meet WSDOT Standard Plan L-20.10-02; Type 3 (black, vinyl coated chain link) with top rail in lieu of tension wire. SECTION 8-12.3(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-12.3(2) Wire Fence and Gates Existing wire fence and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall be in general conformance to the requirements of Section 8-12 of the WSDOT Standard Specifications. SECTION 8-12.4 IS SUPPLEMENTED BYADDING THE FOLLOWING; 8-12.4 Measurement Remove and restore security fence shall be measured by the linear foot of relocated fence, along the ground line, exclusive of openings. Gates shall not be included in the fence measurement. Temporary fencing shall be measured by the linear foot of temporary fence, along the ground line exclusive of openings. Gates shall be included in the temporary fence measurement. Remove and restore security fence shall be measured along that portion of the fence which must be removed in order to perform necessary work. Measurement for payment will be between the closest posts which remain undisturbed by the work. Restoration of fence beyond the stated limits is incidental to and included in the measured length defined above. If the Contractor removed additional fence for its convenience, restoration of the additional length of fence shall be at its sole expense. See Appendix A-4 for photos of security fence to be removed and restored and powered chain link security gate. SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment "Remove and Restore 8' Chain Link Security Fence", per linear foot. "Install New 48" High Chain Link Fence", per linear foot. Hawley Rd. Levee Improvements Ph 2/Horn 8 - 14 July 10, 2013 Project Number: 10-3010.5 The bid item "Remove and Restore Powered Chain Link Security Gate" shall be paid by force account in accordance with Section 1-09.6. This payment shall constitute complete compensation for all materials, labor, tools and equipment necessary to disassemble, remove and store the existing powered chain link gate in order to facilitate the site grading. Also included is the re-installation of gate, posts, foundations, barb wire, razor wire, fencing, electrical service, detection loops, and electronics for the new fence to be installed at the same approximate location. The gate opening system and components shall be adjustable so that the gate when closed provides a secure area as existed prior to fence removal. This item also includes costs to test the existing gate system to determine if the system is operational, and to submit plans and obtain approval from the City as required for the work to be completed. If the Contractor fails to test the gate and the property owner claims the system was operational before the system was removed or modified, the Contractor shall replace, restore or repair the gate system at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration or repair must be made by the Contractor is final. The unit contract price per linear foot for "Temporary (6' High) Chain Link Security Fence," constitutes complete compensation for all materials, labor, tools and equipment necessary to install, maintain, if needed upgrade, and removal of a temporary security fence, installed at a location outside of the site grading construction. Included, but not exclusive in this item is fencing material, barbed or razor wire, support posts of sufficient length, post bases (concrete; either 10" diameter holes or approved surface block type), and access gate. The access gate shall be a manual type that is equipped with wheels or rollers that can be opened by all personnel accessing the gate. Location to be determined by the Engineer and owner. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description This work shall also consist of constructing wheel chair ramps at street intersections, curb return driveways, or other locations in accordance with these specifications and in reasonable close conformity to the dimensions and cross-sections shown in the plans and to the lines and grades as staked by the Engineer. SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING; 8-14.3(3) Placing and Finishing Concrete The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. Hawley Rd. Levee Improvements Ph 2/Horn 8 - 15 July 10, 2013 Project Number: 10-3010.5 After trowling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a traverse direction with a stiff bristled broom. The curb face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Expansion and contraction joints shall be constructed as shown in the Standard plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full cross-section of the sidewalk with 3/8-inch premolded joint filler. Sidewalk ramps shall be of the type specified in the plans. The detectable warning pattern shall have the truncated dome shape shown .in the Standard Plans and may be formed by either embossing the wet concrete, adding a manufactured material after the concrete has cured, or installing masonry or ceramic tiles. When masonry or ceramic tiles are used, the Contractor shall block out the detectable warning pattern area to the depth required for installation of the tiles and finish the construction of the concrete ramp. After the concrete has set and the forms have been removed, the Contractor shall install the tiles using standard masonry practices. The two-foot wide detectable warning pattern area on the ramp shall be yellow and shall match the color of "Standard Interstate Yellow" paint as specified in Formula K-2-83. Yellow masonry paint for precast curbs, Formula H-3-83, may be used for truncated dome patterns embossed into the concrete surface. SECTION 8-14.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-14.5 Payment I Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the Proposal: "Cement Concrete Sidewalk", per square yard "Cement Concrete Sidewalk Ramp Tvpe Perpendicular A", per each The unit bid per square yard or per each for the above items constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk and wheelchair ramps as shown on the drawings and in accordance with the Kent Special j Provisions. The unit price shall include but not be limited to: j restoration of areas adjacent to sidewalks and ramps that are disturbed from sidewalk forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. Unit price shall also include all work necessary to discontinue sidewalk panels at locations of existing power poles. Contractor shall note that some power poles will need to remain in- place until completion of the electrical conversion. This bid item shall include all costs associated with discontinuing sidewalk at pole Hawley Rd. Levee Improvements Ph 2/Horn 8 - 16 July 10, 2013 Project Number: 10-3010.5 locations, remobilization after pole removal, and completion of sidewalk system. 8-18 MAILBOX SUPPORT SECTION 8-28.3 IS REVISED AS FOLLOWS: 8-18.3 Construction Requirements THE SECOND PARAGRAPH IS REPLACED WITH THE FOLLOWING: The existing mailboxes are to be relocated to accommodate the new construction. Within 24 hours of being removed, existing mailboxes shall be reset at a temporary or permanent location. See Kent Standard Plan 6-70. THE THIRD PARAGRAPH IS REPLACED WITH THE FOLLOWING: New mailbox supports which are not to be installed within sidewalks or walkways, shall be backfilled with adjacent native material and compacted to the satisfaction of the Engineer. Mailbox supports which are to be installed within sidewalks or walkways shall be enclosed within 8 inch diameter PVC sleeves and then backfilled with adjacent native material and compacted to the satisfaction of the engineer. 8-20 ILLUMINATION. TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL SECTION 8-20.1 IS REVISED AS FOLLOWS: 8-20.1 Description I THE SECOND PARAGRAPH IS REVISED TO READ AS FOLLOWS: Unless otherwise noted in the plans, the locations of traffic signal poles, controller cabinets, and street light standards are exact. The locations of junction boxes, conduits and similar appurtenances shown in the plans are approximate; and the proposed locations will be staked or similarly marked by the Contractor and approved by the Engineer. SECTION 8-20.2(1) IS REVISED BY ADDING THE FOLLOWING TO PARAGRAPH 3, FOLLOWING ITEM 2: 8-20.2(i) Equipment List and Drawings 3. Photometric curve data provided in electronic format IES format files provided on a 3 1/2 inch diskette or CD-ROM disk. 4. Photometric calculations showing that the proposed luminaire meets the minimum street lighting requirements of the City. 5. Catalog Cuts and/or ordering information clearly showing selected luminaire options. Hawley Rd. Levee Improvements Ph 2/Horn 8 - 17 July 10, 2013 Project Number: 10-3010.5 8-20.3 Construction Requirements SECTION 8-20.3(5) IS REVISED AS FOLLOWS, 8-20.3(5) Conduit THE SECOND PARAGRAPH IS REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: The size of conduit used shall be that size shown in the plans. Conduits smaller than 2-inch electrical trade size shall not be used. No conduit run shall exceed 225 degree total bends in any run without prior approval of the Engineer. THE FOLLOWING PARAGRAPH IS ADDED AFTER THE SECOND PARAGRAPH: The Contractor shall install 1/4 inch diameter nylon pull rope in all conduit runs. A tracer wire terminating within junction boxes shall be installed in all conduits intended for future use. The tracer wire shall be uninsulated #8 AWG stranded copper. THE FOLLOWING CHANGES APPLY TO THE NUMBERED ITEMS FOLLOWING THE WORDS "Galvanized steel conduit shall be installed at the following locations:" Item 1. Change to read "All State highway roadbed crossings" Item 3. Contents are deleted, leaving it BLANK THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-20.3(8) Wiring All splices in underground illumination circuits and induction loops circuits shall be installed within junction boxes. The only splice allowed in induction loop circuits shall be the splice connecting the induction loop lead in conductors to the shielded home run cable. Splices for illumination circuits, including two way, three way, four way and aerial splices, and splices for induction loop circuits shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) of the Kent Special Provisions to seal each splice individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. SECTION 8-20.3(10) IS REVISED AS FOLLOWS: 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets Hawley Rd. Levee Improvements Ph 2/Horn 8 - 18 July 10, 2013 Project Number: 10-3010.5 I THE LAST PARAGRAPH OF THIS SECTION IS DELETED IN ITS ENTIRETY. SECTION 8-20.3(14)C IS REVISED AS FOLLOWS: 8-20.3(14)C Induction Loop Vehicle Detectors THE LAST SENTENCE IN ITEM 2 IS REVISED TO READ: Each additional loop installed in the lane shall be on 12 foot centers. ITEM 4 IS REVISED AS FOLLOWS: i 4. All content after the first sentence is DELETED. ITEM 9 AND ITEM 10 CONTENTS ARE DELETED, LEAVING THEM BLANK SECTION 8-20.3(14)C IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THIS SECTION: Loop sealant shall be CrafcoTm Loop Detector Sealant 271, or approved equal. Installation shall conform to the manufacturer's recommendations. SECTION 8-20,3(14)D IS REVISED AS FOLLOWS: 8-20.3(14)D Test for Induction Loops and Lead-In Cable SPECIFIED TESTS ARE REVISED AS FOLLOWS: Test B - A megger test at 500 volts DC shall be made between the cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 200 megohms. Test C - A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 200 megohms. SECTION 8-20.3(14)E IS REVISED AS FOLLOWS: 8-20.3(14)E Signal Standards ITEM 8 IS REVISED AS FOLLOWS: 8. All tenons shall be field installed using Astro-BracTm AB-3008 Clamp Kits, or pre-approved equal. SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment The lump sum contract price for "Illumination System" constitutes complete compensation for all materials, tools, supplies, labor and equipment required to remove and re-install those luminaire poles where shown on the plans including but not limited to: aluminum Hawley Rd. Levee Improvements Ph 2/Horn 8 - 19 July 10, 2013 Project Number: 10-3010.5 lighting standard, junction boxes, luminaire including hardware, photoelectric control, conduit, wiring to the fuse holder, fuse kits, breakaway coupling, concrete foundation, excavation, backfilling compacting and other items as specified. Also included in this bid item is the trenching, conduit, wiring, trench backfill, connection to the service cabinet, testing, removal of existing bases, the installation of new ones, and the installation of poles previously stored. Labor and Industries electrical, and any other items required for the fully functional Illumination System. This item also includes all costs to test system to determine if the system is operational, and to submit plans and obtain approval from the City as required for the work to be completed. If the Contractor fails to test an illumination system and the property owner claims the system was operational before the system was removed or modified, the Contractor shall replace, restore or repair the system at the Contractor's sole expense. 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. Existing signs that will be replaced are to be stored by the Contractor for reinstallation upon project completion. All other 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 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. SECTION 8-21.3(5) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-21.3(5) Sign Relocation Relocated signs shall be installed on new metal posts unless otherwise specified on the plans, or by the Engineer. 8-21.5 Payment The unit contract price per lump sum for "Remove and/or Relocate Traffic Signs" constitutes complete compensation for labor, materials (metal posts), tools, supplies and equipment necessary to remove, dispose, salvage, or deliver the traffic signs shown on the plans and described in the specifications, and reinstall once construction has been completed. This item to include the permanent installation of the sign Hawley Rd. Levee Improvements Ph 2/Horn 8 - 20 July 10, 2013 Project Number: 10-3010.5 noting that roadway ends in 300 feet and the installation of three pedestrian crossing signs (R9-3) at the locations noted. 8-22 PAVEMENT MARKING SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description THE FOLLOWING NEW PAVEMENT MARKING IS ADDED: Painted Curb A SOLID color stripe, to match existing for identification, just wide enough to completely cover the concrete curbing. SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Material for pavement and curb markings shall be white, 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 or plastic. Paint and plastic shall be selected from materials listed in the Qualified Products list (QPL). 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. The second coat of colored paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. Hawley Rd. Levee Improvements Ph 2/Horn 8 - 21 July 10, 2013 Project Number: 10-3010.5 I SECTION 8-22.3(6) IS SUPPLEAfENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8-09.3(1) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. . The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION 8-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement Painted curb, white edge line paint stripe, double yellow center paint stripe, and no parking - fire lane shall be measured by the completed linear foot of painted marking, not lettering. 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. 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: "White Edge Line Paint Stripe," per linear foot. "White Edge Line Profiled Plastic Stripe," per linear foot. "Double Yellow Center Paint Stripe," per linear foot. Hawley Rd. Levee Improvements Ph 2/Horn 8 - 22 July 10, 2013 Project Number: 10-3010.5 The unit contract price per each for "ADA Parking Signs" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary for the removal and salvage of existing ADA parking signs, their reinstallation on new posts, at the locations shown on the plans, in accordance with WSDOT Standard Plan M-17.10-02, once the new access ramps have been construction in-place. Also included providing and installing an additional sign for the proposed third ADA parking stall, and removal of the existing sign posts. The unit contract price per lineal foot for "No Parking - Fire Lane Marking - Type I" constitutes complete compensation for all materials, labor, supplies, site preparation, tools and equipment necessary for the application of painted curb and lettering as required for Type I Fire Lane Marking shown on the Kent Standard Plan 6-77. 8-23 TEMPORARY PAVEMENT MARKINGS THE FIRST PARAGRAPH OF SECTION 3-23.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.1 Description The work shall consist of furnishing, installing and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the plans and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Edge lines shall be installed unless otherwise specified in the Contract. 8-28 POTHOLE UTILITIES 8-28.1 Description This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. Hawley Rd. Levee Improvements Ph 2/Horn 8 - 23 July 10, 2013 Project Number: 10-3010.5 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 �l I 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. I Hawley Rd. Levee Improvements Ph 2/Horn 8 - 24 July 10, 2013 Project Number: 10-3010.5 DIVISION 9 - MATERIALS 9-03 AGGREGATES SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: 9-03.12(3) Gravel Backfill for Pipe Zone Bedding Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: Sieve Size Passing 3/4 Inch 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % % Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. SECTION 9-03.14 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 9-03.21(1)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-03.21(1)D Recycled Steel Furnace Slag Steel Furnace Slag shall not be used for any purposes. I Hawley Rd. Levee Improvements Ph 2/Horn 9 - 1 July 10, 2013 Project Number: 10-3010.5 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(9) of these Kent Special Provisions with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. SECTION 9-14,1(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 9-14.1(1)A Rotted Manure Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. 9-14.1(1)B Peat Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. 9-14.1 (1)C Sandy Loam Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) .... 100% Passing 1 mm sieve............................. 80% minimum Passing 0.15 mm sieve ........................ 15% maximum SECTION 9-14,2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2 Seed f 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: Hawley Rd. Levee Improvements Ph 2/Horn 9 - 2 July 10, 2013 Project Number: 10-3010.5 Mix B (Landscaped Area Grass): Weight Seed Mix "B" Min. % Min. % Max. Proportion Ingredient Pure Seed Germination Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewin s Fescue 95% 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual R e rass 1 95% 1 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 BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium ......... 16% of weight The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments SECTION 9-14.4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. Hawley Rd. Levee Improvements Ph 2/Horn 9 - 3 July 10, 2013 Project Number: 10-3010.5 SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS, 9-14.4(9) 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. 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 1 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 certified 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 of no less than one gallon. 9-14.4(12) 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. Hawley Rd. Levee Improvements Ph 2/Horn 9 - 4 July 10, 2013 Project Number: 10-3010.5 9-14.6 Plant Materials 9-14.6(1) Description SECTION 9-14.6(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 9-14.6(1)A Street Trees The following table provides both the list of approved street tree species, and some of the characteristics associated with each street tree species at maturity. Contractor to select a minimum of two species for planting, based upon growth habits, size at maturity and availability, and submit to the Engineer for approval. Common Name Scientific Name Height Width Shape Min. (feet) (feet) Spacing (feet) Small Street Trees For planting under 30' or owerlines less Trident Maple Acer buer eranum 20' 20' Round lowspreading 30' Cascade Snow Cherry Prunus 'Ber ' 25' 14' Upright, spreading 25' Medium Street Trees Plant when 30' to powerlines are not 45' resent trees Tricolor Beech Fagus sylvatica 'Roseo 30' 20' Pyramidal when young, 30' - Mar inata' rounding w/ age Edgewood Pear Pyrus calleryana x 30' 25' Rounded 35' betulaefolia 'Edgewood' Skyrocket Oak Quercus robur 45' 15, Narrow, fastigiated 25' 'Fasti iata' 9-14.7 Stakes, Guys, and Wrapping SECTION 9-14.7IS 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(I)B IS DELETED AND REPLACED WITH THE FOLLOWING: 9-16.1(1)B Chain Link Fence Fabric Chain link fabric shall consist of 9 gage wire (0.148-inch diameter) for all fences unless specified otherwise. The fabric wire shall be: Galvanized steel wire conforming to ASTM A 392. Galvanizing shall be Class I performed by the hot dip process. Hawley Rd. Levee Improvements Ph 2/Horn 9 - 5 July 10, 2013 Project Number: 10-3010.5 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. i 9-29 ILLUMINATION, SIGNAL. ELECTRICAL SECTION 9-29.1 IS SUPPLEMENTED BYADDING THE FOLLOWING PARAGRAPH TO THE BEGINNING OF THIS SECTION: 9-29.1 Conduit, Innerduct, and Outerduct Unless otherwise specified on the Street Lighting or Traffic Signal Plans, all conduits for street lighting, traffic signals and traffic signal interconnect cables for projects within the city limits of Kent shall be Schedule 80 PVC conduit, minimum size 2 inches. 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes SECTION 9-29,2(1) IS SUPPLEMENTED BYADDING THE FOLLOWING SENTENCE TO THE END OF THIS SECTION: 9-29.2(1) Standard Duty and Heavy-Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. SECTION 9-29.3 IS REVISED AS FOLLOWS: 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable SECTION 9-29.3(2)I IS REVISED AS FOLLOWS: 9-29.3(2)I Twisted-Pair Communication Cable Replace " AWG 22" with #AWG 19". THE LAST SENTENCE IN THE FIRST PARAGRAPH HAS BEEN REVISED TO READ AS FOLLOWS: This cable shall be filled with a gel compound to resist water penetration and migration unless otherwise specified by the plans. 9-29.6 Light and Signal Standards SECTION 9-29.6(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-29.6(2) Slip Base Hardware INSERT THE FOLLOWING PARAGRAPH AT THE BEGINNING OF THIS SECTION: Unless otherwise specified on the Street Lighting Plans, street light standards shall not have slip bases. Hawley Rd. Levee Improvements Ph 2/Horn 9 - 6 July 10, 2013 Project Number: 10-3010.5 SECTION 9-29.6(5) IS SUPPLEMENTED AT THE END OF THE SECTION WITH THE FOLLOWING PARAGRAPH: 9-29.6(5) Foundation Hardware Breakaway supports for street light standards shall conform to Precisionform Inc. model PFI 200-1A Breakaway Supports, or approved equal. SECTION 9-29.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-29.6(6) Aluminum Light Standards Pole shafts shall be constructed of seamless extruded tubes of 6063 aluminum alloy per ASTM B221 and shall be full-length heat treated after welding on the base flange to T-6 temper. The shaft shall be free of longitudinal welds. The pole cap shaft, when required, shall be cast aluminum 443 or 356E aluminum alloy and attached utilizing stainless steel screws. Pole base flanges shall be one piece cast socket of aluminum alloy 356 per ASTM B 26 or B108. The base flange shall be joined to the pole shaft by means of complete circumferential welds; externally at the top of the flange and internally at the bottom of the shaft tube. Single arm members shall be tapered and ellipsized from 6063-T6 aluminum alloy tubing. Arms shall be welded to an extruded mounting plate of 6063-T6 aluminum alloy and attached to the pole shaft by means of four 1/2 inch diameter stainless steel bolts, nuts and washers. A grommeted 1 1/4 inch cable entry (1 inch I.D. rubber grommet) shall be provided in the pole shaft at the arm mounting location. Arms shall have 2 inch N.P.S. slipfitters at least 8 inches in length. 9-29.10 Luminaires i SECTION 9-29.10(1) IS REVISED AS FOLLOWS: 9-29.10(1) Conventional Roadway Luminaires REPLACE THE FIRST SENTENCE OF THE FIRST PARAGRAPH WITH THE FOLLOWING: All luminaires shall come equipped for IES type III, medium cutoff light distribution unless otherwise specified on the Street Lighting Plans and/or Traffic Signal Plans when those signals include street lighting luminaires. THE FOLLOWING PARAGRAPHS ARE ADDED TO THE END OF THIS SECTION: The only approved street lighting luminaires for this project are as follows: Hawley Rd. Levee Improvements Ph 2/Horn 9 - 7 July 10, 2013 Project Number: 10-3010.5 For 400 Watt Luminaires: GE Model M400A POWR/DOOR WITH CUTOFF OPTICS, Ordering number: MDCL 40 S 3 M 1 2 F MC3 2 N For 250 Watt Luminaires: GE Model M400A POWR/DOOR WITH CUTOFF OPTICS, Ordering number: MDCL 25 S 3 M 1 2 F MC3 2 N For 200 Watt Luminaires: GE Model M400A POWR/DOOR WITH CUTOFF OPTICS, Ordering number: MDCL 20 S 3 M 1 2 F MC3 2 N For 150 Watt Luminaires: GE Model M-250A2 POWR/DOOR WITH CUTOFF OPTICS, Ordering number: M2AC 15 S 3 M i G MC3 2 U For 100 Watt Luminaires: GE Model M-250A2 POWR/DOOR WITH CUTOFF OPTICS, Ordering number: M2AC 10 S 3 M 1 G MC3 2 U Other street lighting luminaires may be submitted for approval, PROVIDED that they possess the same serviceability characteristics as the pre-approved models, and the submittal is accompanied by photometric calculations showing that they are photometrically equivalent to the approved products. 9-29.12 Electrical Splice Materials SECTION 9-29.12(i) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(1) Illumination Circuit Splices Aerial splices may employ split bolt connectors. Below grade splices and taps shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. They shall employ the following moisture-blocking insulation. ScotchTm 2200/2210 Vinyl Mastic products, followed by an overwrap with a minimum of two half-lapped layers of vinyl plastic electrical tape, and a final layer of consistently- applied ScotchkoteTI 054007-14853 Electrical Coating. SECTION 9-29.12(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(2) Traffic Signal Splice Material Induction loop splices shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. Equipment and methods shall be as recommended by the manufacturer of the splicing materials. Each solderless crimp connector splice shall be wrapped with Scotch"#06147 Electrical Moisture Sealant, or approved equal. Hawley Rd. Levee Improvements Ph 2/Horn 9 - 8 July 10, 2013 Project Number: 10-3010.5 SECTION 9-29 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 9-29.26 Street Light Lamps Street light lamps shall be Lumalux PlusTm Plus / ECO high pressure sodium (HPS) lamps, or approved equal, unless otherwise specified on the Street Light Plans. Street light lamps shall: have an average rated life of 24,000 hours; be non-cycling; and contain no more than 5.0 mg/I for lead, and 0.2 mg/I for mercury. 9-30 WATER DISTRIBUTION MATERIALS 9-30.3 Valves SECTION 9-30.3(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(4) Valve Boxes Valve boxes shall be installed on all buried valves and conform to Kent Standard Plan 3-7. The box shall be of cast iron, 2-piece design with a base corresponding to the size of the valve and the top section. The box shall be coal-tar painted by the manufacturer using industry standards. The valve box top section shall be an Olympic Foundry No. 940. The cover shall be an Olympic Foundry deep skirt No. 940 DS, have the word "WATER" cast into it, and shall be of the non-locking type, unless a locking cover is specifically called for in the Kent Special Provisions or shown on the plans. The bottom section shall be an Olympic VB-1C or approved equal. A 3 feet x 3 feet x 6 inches concrete pad, flush with finish grade, shall be poured around each valve box top section not located within asphalt or concrete finished areas. Valve box covers shall have the lugs or stainless cap screws installed parallel to the direction of water flow. SECTION 9-30.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(5) Valve Marker Posts Valve marker posts shall be constructed of Class 3000 cement concrete; shall be 4-inches by 4-inches by 42-inches long with a 6-1/4 inch by 4-inch base; shall contain one number 3 reinforcement bar; and shall otherwise conform to Kent Standard Plan 3-4. i The exposed portion of the marker posts shall be coated with two coats of WHITE concrete paint. The FOG-TITE valve marker post is the pre-approved marker post. Hawley Rd. Levee Improvements Ph 2/Horn 9 - 9 July 10, 2013 Project Number: 10-3010.5 SECTION 9-30.3(6) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(6) Valve Stem Extensions Valve stem extensions shall conform to Kent Standard Plan 3-7. Valve stem operating nuts shall be no shallower than one and one-half (1 1/2.) feet. Valves with an operating nut more than 3 feet below finished grade shall have a solid steel valve stem extension rod assembly, with a rock guard, installed on the operating nut. SECTION 9-30.5(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.5(2) Hydrant Dimensions Hydrants shall conform with Kent Standard Plan 3-1. Valves and Nozzles - Fire hydrants should have a bottom valve size of at least five inches, one 4-1/2 inch pumper nozzle and two 2-1/2 inch nozzles shall have NST threads, with 1-1/4 inch pentagonal nuts. Painting - Public owned hydrants shall be painted with two (2) coats of Farwest Wonderglow Quickset #1000 (white gloss alkyd enamel). Private hydrants shall be painted with two (2) coats of Farwest Woncluglow Quickset #X 3472 (case yellow gloss alkyd enamel). SECTION 9-30.5(6) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.5(6) Guard Posts Guard posts shall be constructed of Class 3000 cement concrete; shall be 6-feet long and 9-inches in diameter; shall have 5 equally spaced number 3 reinforcement bars with a minimum of 1-1/2 inch cover; and shall otherwise conform to Kent Standard Plan 3-3. The FOG-TITE hydrant guard post is the pre-approved guard post. All other posts require the approval of the Engineer. Hawley Rd. Levee Improvements Ph 2/Horn 9 - 10 July 10, 2013 Project Number: 10-3010.5 KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. WATER 3-1 Standard Fire Hydrant 3-3 Guard Post 3-4 Valve Marker Post 3-7 Valve Box and Operating Nut Extender STORM 5-1 Catch Basin Type I 5-3 Misc. Details for Drainage Structures 5-4 18" x 24" Catch Basin Frame 5-5 18" x 24" Vaned Grate 5-24 Tree Planting 5-25 Shrub Planting STREET 6-33 Cement Concrete Curbs 6-34 Curb and Sidewalk Joints 6-35 Expansion and Contraction Joints 6-43 Commercial Cement Concrete Driveway Approach 6-43R Commercial Cement Concrete Driveway Approach Reverse Slope 6-55 Street Tree in Planter 6-70 Mailbox Installation Type 1 and 2 (2 sheets) 6-77 Fire Lane Marking 6-82 Sign Installation 6-86 City Light Standard 6-89 Light Standard Foundation and Junction Box 6-90 Junction Box and Street Light Wire Runs 6-91 Street Light Trench for Conduit Runs 6-93 Standard Junction Box Types 1 & 2 (sheet 2 of 2) Hawley Rd. Levee Improvements Ph 2/Horn A - 1 July 10, 2013 ', Project Number: 10-3010.5 Q cD d Wa F ? o M V W WN > U U m y�j m cG S� �Zut Fzd W QKw U p "o pKUO Uh VZ F W a p w p O Z K 4 C riip ¢ ¢^ v z mew Qz ww ¢ z�+ a zw ¢ wZLLYO Z � Q('""J cCSm Hv� NS m� �TTw io� io �I.7 L¢ z£uU 0oz. mr Hr ?0a is z o z E w ¢ x w gSW. S w I ' m =��. m w Nw Z 2� Z d W O Q N r W I m W xy >� p O �O # O Z D O a oz aw z �� z 3.6�i MIN. ¢ ¢ri w O Q V] Q w 3 K b Q d'Q Up ILW V Q W J Q Z rr Z q ~ < w S O QN W V� s C �S h ❑ � zP-. p Q � w m U O w > to y d m J O w w a9 aF p =J mIL QQw iri w m O O O O O V Kp m 6 F w Om O Z W O W W U' d M O T S L O Q W M Z'WROgZ Z =N V . w 0 W �IIPWp vi Z VJ _ 1 w GO U W Zwam w0 u w ce[ Qo two Qo-�- -....-.. m m o - �,', J Z O N rvj O yj a u U NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 3'N OMINAL _ z fix, 0S'Ei'P AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE S 17 p ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT of WASly C,.q THE CITY OF KENT.A COPY MAYBE OBTAINED UPON REQUEST. O tiP `0 ca O CITY OF I ENT z Pd ENGINEERING DEPARTMENT y w zl KEN7 STANDARD FIRE HYDRANT z S q R 21493 [F. wn....x .v F�lSTER� F� DESIGNED DMW F INAL EN ORAWN BD SOME NONE STANDARD PLMI CHECKED DATE y®q APPROVED rrowun J 1 _ September'009 '...... 1' GUARD POST \ V FIRE HYDRANT 3' / MIN. —Tj —CLASS 0000 11 i t la, I CONCRETE nl III I _nI ill 111! LIJ \ O \ - WATER I w / w MAIN z LOWER LIMIT + FOR PAINT 4 GUARD POST // / /\\� \\\// Al TYPICAL PLACEMENT DETAIL z NOTES: 1. THE FOG-TITE HYDRANT GUARD POST IS PRE-APPROVED,ALL OTHERS REQUIRE WRITTEN APPROVAL OF THE ENGINEER PRIOR TO INSTALLATION 2O, GUARD POST ARE INSTALLED WITH TOPS SET AT THE SAME HEIGHT AS 9"DIA THE HYDRANT.IF MORE THAN ONE POST IS SET,THEY SHALL BE SET AT THE SAME HEIGHT, i 3. PAINT EXPOSED POST THE SAME COLOR AS THE FIRE HYDRANT.SEE STANDARD PLAN 3.1 4. SEE STANDARD PLAN 3.1 FOR FIRE NOTE:THIS PLAN 15 NOT A LEGAL ENGINEERING DOCUMENT BUT HYDRANT DETAILS, QSEPt, AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE S. GUARD POSTS ARE NOT USED WHERE `7 ,� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT FIRE HYDRANT IS LOCATED BEHIND �GP WASyG(, THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. CURB AND GUTTER OR POSTED O z , co O CITY OF KENT SPEED LESS THAN 40 MPH ' Z r�CJ ENGINEERING DEPARTMENT 6, GUARD POST SHALL BE LOCATED E1' IGENST GUARD POST OUTSIDE OF THE CLEAR ZONE. SEE A ,P 21403 O �. we...„o.o. STANDARD PLAN 6-60. FGISTEa� oESICNEo ouw F G\\ DRAWN BD SCALE NONE STANDMD PV 7. FOR USE ON PRIVATE PROPERTY. `TONAL EN CHECKED DATE 3�3 MPNOVED °mx�ux Sel�aernber'u09 i TYPICAL 2"HIGH BLACK STENCIL MARKINGS ON FFs THIS FACE ONLY. HOMERIGHT PAINT. A e SIZE OF VALVE RE!A PT of F05T, 55 3oee oONORETE V„1y�E 0To co GROo F# ILFINISNE A IL I T Fog a 1o�T5 Or A�1FAOE f�3,1 DISTANCE COA T ON ApRO P� TO VALVE PAINSTANo 9 OR BLOWOFF (5EE FOR NOTE ti 1NFoROEo?RE BAR O USE fp "GV"FOR GATE VALVE ti 11�A OR 13/B, / "BV"FOR BUTTERFLY VALVE OR 'BO"FOR BLOWOFF ASSEMBLY 53 be�0 5 3 NOTES: Z� NOTE; THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT I ' BY THE 1, FOR USE ON PRIVATE PROPERTY. SOsEp17 ENGINE RRONIC AAND APPROVED FOR PUBLICAT ON ISDUPLICATE.THE OIGINAL, GNED KEPT ON FILE AT pP WASHY L THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, 2. THE FOG TITE INC.VALVE MARKER POST WITH THE"WATER"LEGEND IS O CITY OF .KENT THE PRE-APPROVED PRODUCT.ALL � � � ENGINEERING DEPARTMENT ' OTHERS REQUIRE THE WRITTEN �-. �' • APPROVAL of THE ENGINEER PRIOR ICIETI T VALVE MARKER POST TO INSTALLATION, APO 21493 5 E�E� �`VJ)O�AL �NG\C,� DPgWNU�IGNED B6+W SGLLE NONE STANDARD PIAN CHECKED DATE APPRDVED ° �� 3-4 $epierrber 2009 OLYMPIC FOUNDRY VB 940 WITH TWO(2)INCH"DEEP SKIRT"COVER. - THE COVER SHALL BE MARKED"WATER" \.. a' p .. .. .\• 3 °a z 4" in o ti ri _ I a 4 EXTENSION ;y AS NEEDED WATER ° , � 4 m de A ' TxTx4"THICK CONCRETE(3,000 PSI) PAD AROUND VALVE COVER IN UNPAVED AREAS BASE SECTION; RICH 24" PLAN VALVE BOX BOTTOM, OLYMPIC NO.VBIC OR 2"SQUARE PRE-APPROVED EQUAL AND OPERATING SHALL BE COMPATIBLE NUT WITH TOP SECTION ROCK GUARD, '. 4 1/4" DIA, 1/8"MIN.THICK o � w VALVE BOX WITH w z OPERATING NUT EXTENDER 3/4"SOLID STEEL ROD, NOTES; 1• EXTENSIONS SHALL BE A MINIMUM OF ONE(1)FOOT LONG. 2. EXTENSIONS SHALL BE SIZED AS OPERATING NUT EXTENDER NEEDED,AND PAINTED WITH TWO(2) NOTE;THIS PLAN IS NOTA LEGAL ENGINEERING DOCUMENT BUT COATS OF METAL PAINT, SOSEP� AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BYTHE - ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 3, EARS,LUGS OR STAINLESS CAP '�� OF WASy, THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, SCREWS ON COVER SHALL BE ALIGNED �� o z �e A 0 CITY OF I{ENT WITH DIRECTION OF WATER FLOW. w _ z ENGINEERING DEPARTMENT 4, FOR ADDITIONAL REQUIREMENTS AND [—` C� KETB"II' VALVE BOX AND USE SEE WSDOT STD.SPECIFICATIONS -00 ,P�21493 �Q ��. w.e"i"".o. OPERATING NUT EXTENDER SECTION 3.19 D. G/STC \\�C. F�C1. G\\ DESIGNED D G SCALE NONE UANOARD PIAN 5, VALVE 80X SHALL BE CENTERED OVER v`u�NAL E� DRAwN eR CHECKED MTE 3®� 2"SQUARE OPERATING NUT. APRRovm °101N�^ Septeinl?er 2009 I NOTES: 1, CATCH BASIN TO BE CONSTRUCTED IN ACCORDANCE WITH AASHTO M 199, (ASTM C 478,&ASTM C 890)UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE WSDOT STANDARD SPECIFICATIONS, 2. AS AN ACCEPTABLE ALTERNATE TO REBAR,WELDED WIRE FABRIC HAVING FRAME AND GRATE - A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED, WELDED WIRE FABRIC SHALL COMPLY TO AASHTO M 221 (ASTM A 497). SEE STANDARD PLANS 5-4 THRU 5.8 AND 5-12 WIRE FABRIC SHALL NOT BE PLACED IN THE KNOCKOUTS. . 3. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS. THE KNOCKOUT DIAMETER SHALL NOT EXCEED 20", KNOCKOUTS SHALL 3O" HAVE A WALL THICKNESS OF 2"MINIMUM. PROVIDE A 1.5"MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE, 4, ALL JOINTS IN THE BRICKS,GRADE RINGS,RISERS AND CASTINGS SHALL 6 S" BE SEATED IN MORTAR.PICK BOLES,CRACKS AND ANY OTHER JOINTS SHALL BE FINISH GROUTED TO PROVIDE A WATERTIGHT STRUCTURE, 6 5, THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST ORJ2 PIPE INVERT SHALL BE 5'. ONE#3 BAR HOOP FOR 6"HEIGHT TWO#3 BAR HOOPS FOR 12"HEIGHT RECTANGULAR ADJUSTMENT SECTION (WEIGHT-200 LBS.-6") (WEIGHT-580 LBS,- 12"). EZil 3 44" REINFORCED OR #3 BAR PLAIN CONCRETE 12 EACH CORNER 21" ALL METAL PIPE . 15" MIN. #3 BAR SOLID WALL PVC EACH SIDE 15" (WSDOT STD.SPEC.9-05.12(L)) #3 BAR EACH WAY 4" PRECAST BASE SECTION (WEIGHT-2170 LBS,) I NOTE;THIS PLANLEGAGAL ENGINEERING DOCUMENT BUT 0�'Li'�Ij AN ELECTRONIC HE ORIGINAL,SIGNED BY THE 5 7 ENGINEER AND AR PUBLICATION IS KEPT ON FILE AT QF WASNq TIIE CITY OF KENY BE OBTAINED UPON REQUEST, o O TY OF KENT'GINEERING DEPARTMENT iC��y iTCFI BASIN TYPE I 21493IST�� \\vDESIGNEpDWH/4iAL � DRAWN BD NONE SiANOMO PWJ `����YY \v CNECKW C pPPROVEO w wew 5—1 SeI,>rernber 1tJ0o - i #6 BARS @ 7"CENTERS �T BOTTOM FACE WITH 20"x 24°,OR \ c \� •\� 1"MIN.COVER 3p" 2 3o, 24" DIAM. 2"CLR TYP, I j>I�> �20' 2"TYP, ONE#3 BAR HOOP FOR 6" TWO 1P3 BAR HOOPS FOR 12" --r AS AN ACCEPTABLE ALTERNATIVE TO REBAR,WIRE MESH HAVING A MINIMUM AREA OF 0.12 96"TOP SLAB 1"MIN. USED FOR ADJUSTMENT SECQTIONS UARE INCHES PER FOOT MAY BE 2 1/2"MAX, 20"x 24",OR RECTANGULAR ADJUSTMENT SECTION \ #5 BARS @ 6"CENTERS 24"DIAM. y \� BOTTOM FACE WITH I 34" I"MIN.COVER TY �� I P. I �A� ONE#3 ' � 20"� —{ 2"TYP• BAR HOOP 4" So • . . . . .I CIRCULAR ADJUSTMENT SECTION -T 72"TOP SLAB I"MIN, / \ / 20"x 24",OR 2 1/2"MAX. 24"DIAM. fr #4 BARS @ 6"CENTERS BOTTOM FACE WITH 2"CLR,P, 1"MIN• COVER TMIN. TY LJ J Q TYPICAL ORIENTATION I Ili POR ACCESS AND STEPS 48"&54" TOP SLAB�- NOTES: 1, SLAB OPENING SHALL BE 24"X 20" NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING;KEPTON NT BUT FOR RECTANGULAR AND 24" SoSET) a AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGHE DIAMETER FOR ROUND. �I .I' ENGINEER AND APPROVED FOR PUBLICATION IS FILE AT� ofWASNi ' THE CITY OF KENT,A COPY MAY BE OBTAINED UUEST.2, SEE STANDARD PLAN 4-5 FOR STEP, ' �` A O by �c o O CITY' OF ITLADDER AND GRADE RING. Z ENGINEERING DEPA 3,ONLY ONE STYLE OF CATCH BASIN KEMT MISC, DETAILS FOR DRAINAGE STEPS MAY BE USED IN A CATCH 10 ,PS 21493 �p �� w. STRUCTURES BASIN, DO NOT MIX STYLES, O c/STER DESIGNED @WH ANAL �\vG DRAWN BB SCALE N@NE_ STANDARD PLAN CHECKED DATE 5-3 APPROVED SeplHR14'ET 2C09 j 5/8"41 UNC-2B HOLE S (2 PLCS,TYP.) A A N N ti ry 3/8" m TYP. 3/4� i II TOP VIEW 7/8"TYP. 1 5/8"TYP,MIN, 4 1/2" 16 3/4" 1 5/8° 17 3/4" 25" SECTION A-A NOTES: 1. MATERIAL USED FOR THE FRAME SHALL BE CAST IRON ONLY, (PER ASTM A48 CL30 H-20 LOADING). 2. TOP OF FRAME SHALL BE ADJUSTED EVEN WITH ROADWAY SECTION. NOTE:THIS PLAN IS NOTA LEGAL ENGINEERING E UT . oSEi'Ppr AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIG ��ZZ ENGINEER AND APPROVED FOR PUBLICATION IS AT WASHiNc�.�� THE CITY OF KENT.A COPY MAY BE OBTAINED UP . z D CITY OF K m ENGINEERING DEPAR t� K�AI ➢ 9 8"X 24" OyoF �RF?s1e� w�\a \��� w^•»'• * • CATCH BASIN F DRAWND�SIGNED 8BH slA NONE ST ail CHECKED DAZE 5®4 APPROVED. v<wern j 13/8" 5" ( III l �-L. T LL IITTII IITII 17 3/4" k I L.J.�� � 1 rl F- 1/8-P TOP VIEW END VIEW (-- 1 1/4" 23 3/4" /8'I R. N 13/8 _15/8" HEX SOCKET S I JT (p 4 FT p 2 3% —+-I --L L2 3/4"���8� 5/16/R.� PARTING LINE j FRONT VIEW VANE DETAIL N NOTES; 11/4" � �3/4" 1. PROVIDE FRAME SHOWN IN STANDARD PLAN 5-4. 5/8"-Il UNC-2A 2, PROVIDE 2-5/8"DIAMETER STAINLESS STEEL ALLEN TYPE — STAINLESS STEEL BOLTS COUNTER SUNK FLUSH WITH COVER. SECURING BOLT 3. GRATE SHALL BE STAMPED"DUMP NO POLLUTANTS", "OUTLET TO STREAM". _._1L I u+ 4. ALL LETTERING SHOWN SHALL BE 1/2"AND SHALL BE RECESSED 1/2" UNLESS OTHERWISE INDICATED IN THE SPECIAL PROVISIONS, 5. DUCTILE IRON ASTM A-536 GRADE 80.55-06 H-20 RATED. SLOT DETAIL 6. GRATE SHALL BE LOCKING. SLOT FORMED AND RECESSED FOR 5/8"- 11 NC x 2" S.S.SOCKET HEAD(ALLEN HEAD)CAP SCREW, *CHEORED_ S PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT .SQ�jl+�'pzr RONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT of wASHiN OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. �e czCITY OF I{ENT ENGINEERING DEPARTMENT AIT 18" x 24" -off AF 21493 0� ��. 1 oTo VANED GRATE DESIGN(YSVaNAL E\V SOp E NONE STANDARD PLAN \V DAB ®5 APPROVED wcwan SPLI(8!'!LhpJ=i)L19 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 1�14'TALL) 3"DEPTH MULCH NOT TOUCHING STEM STAKE TREE AT 1/3 HEIGHT OF CUT CIRCLING ROOTS AND TREE, USE"TREE TIES"OR SPREAD OR"BUTTERFLY" ENGINEER APPROVED EQUIVALENT, ROOTBALL REMOVE STAKE AND TIE AFTER 1 YEAR NATIVE SOIL BACKFILL WITH TOPSOIL ONLY,COMPACT MODERATELY 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 z NOT TO SCALE S()sEP17 NOTE; THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT Op WASy�N •�� AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE OhQw Ieo co O ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT y 2 � THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, 3 CITY OF KENT ENGINEERING DEPARTMENT -o ,P 21493 Q- ;po FGISTe F KENT TREE PLANTING �` ONAL EN W. 1.—ll i DES10t4W RWIA DRAWN BB SCALE NONE STANDARD PfAN CHECNED DATE ryry APPROVED wout¢x 5®G 4 .,.... Sep;err:ber 2001) PLACE TOP OF ROOTBALL 1"ABOVE THE LEVEL OF NATIVE SOIL. BEFORE MULCH,POTTING SOIL SHOULD BE VISIBLE 3"DEPTH MULCH NOT ^ TOUCHING STEM �^ ^ BACKFILL WITH TOPSOIL ONLY,COMPACT MODERATELY CUT CIRCLING ROOTS AND SPREAD BY HAND OR"BUTTERFLY"ROOTBALL. / ) NATIVE REST BOTTOM OF ROOTBALL ON UNDISTURBED NATIVE SOIL WIDTH OF PLANTING HOLE SHALL BE AT LEAST L5 TIMES THE WIDTH OF THE ROOTBALL SPREAD A 3'MINIMUM DIAMETER MULCH RING (DONUT)AROUND THE PLANTING HOLE NOT TO SCALE OSE,P - S iZ NOl'E;THIS PLAN]S NOT A LEGAL ENGINEERING DOCUMENT BUT OF WAsy/ �,q AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 0o WO ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT m Z � THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. H CITY' OF KENT [� C�j' ENGINEERING DEPARTMENT 10 ,P 21493 Q �- �oFFs FsrsreRF KENT SHRUB PLANTING TONAL DESIGNED DWH OPpWry BB SCALE NONE STANDMO PUN I CHECKED DATE C®q C '. APPROVED wgnem J Ld 5ahta'":L`2f 7UD9 12" 6" 51/2 9 10" _ 2 1/2" 5" 2 1/2" 1"R 1/2"R w z "R 12/ R ° .<•" w COMBINED CURB AND GUTTER CONCRETE EXTRUDED CURB Ali EXPANSION JOINT 1 10" 2" 31/i 2" %MIN 2 .— %MAX. 'NOTES: 1%MIN,- 2%MAX. 'v I ? •° . �i 1p 1, CONCRETE CLASS 3000 IS REQUIRED. 2, ROLLED CURB MAY ONLY BE USED WITHIN A CUL-DE-SAC, `� " " .,pd •� 5"SIDEWALK 3, IN ROADWAY SECTIONS WITH SUPER ELEVATION, '•e ', a°• THE GUTTER PAN WILL MATCH THE ADJACENT 12" PAVEMENT SLOPE. 0 �I 4, DESIGN SIDEWALK CROSS GRADE SHALL BE 1,5%. ROLLED CURB COMBINED CEMENT CONCRETE CURB AND GUTTER NOTE; — - - - TAPFR I� FACE OF CURB SHALL NOT EXTEND BEYOND THE FACE OF GUARDRAIL TOWARD THE TRAFFIC LANE 8'p lo" SYt � (CS�l�F<<FDANO i VARIES 1 CpNCRFryFN 04, ./% CEMENT CONCRETE ) oFCONC4,1�F�GF PAVEMENT ROLLED CURB FTFC EXTRUDED CONCRETE TRANSITION GRB CURB UNDER GUARDRAIL S p5Fp17 NOTEjN THIS IS NOT A LEGAL ENGINEERING DOCUMENT BUT 0p WAS&A� AN EUPLICATE,THE ORIGINAL,SIGNED BY THE ENGIPPROVED FOR PUBLICATION IS KEPT ON FILE AT THE T.A COPY MAY BE OBTAINED UPON REQUEST. '-3 CITY OF KENT ENGINEERING DEPARTMENT -O 21483FGIsrea� F CEMENT CONCRETE `SN ECURBS ALoE51CNE0SCALE NONE STANDARD PWCHECKEDDATE - e®3 x APPROVED V J SCptn-ntier 2009 I i i 1/4""V"GROOVE 3/8"EXPANSION JOINT n T CB DUMMY JOINT 1"'V'GROOVE SECTION B-B DUMMY JOINT 13/8"EXPANSION JOINT DCB 3/8"EXPANSION JOINT1"'V'GROOVEDUMMY JOINTB B SIDEWALK NOTES: 1. AN EXPANSION JOINT CONSISTING OF 3/8"x FULL DEPTH OF PREMOLDED 5. AS ALTERNATIVE TO EXPANSION JOINTS AROUND JOINT MATERIAL SHALL BE PLACED AROUND FIRE HYDRANTS;POLES;POSTS, STRUCTURES,REINFORCING BARS MAY BE EMBEDDED IN AND UTILITY CASTINGS AND ALONG WALLS OR STRUCTURES IN PAVED CONCRETE ON FOUR SIDES OF STRUCTURES. AREAS,JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS OF AASHTO M33(ASTM D994). 6. INTERFACE BETWEEN CURB AND ADJACENT SIDEWALK ONI' INTEGRAL POUR CONSTRUCTION SHALL BE FORMED WITH I li 2.AN EXPANSION JOINT CONSISTING OF 3/8"OR 1/4"x FULL DEPTH OF 1/4"RADIUS EDGING TOOL, ON SEPARATE POUR PREMOLDED JOINT MATERIAL SHALL BE PLACED IN CURBS AND SIDEWALKS CONSTRUCTION AN EXPANSION JOINT CONSISTING OF 3/8" AT A MINIMUM OF 15 FOOT INTERVALS AND AT SIDES OF DRAINAGE INLETS, OR 1/4"x FULL DEPTH OF PREMOLDED JOINT MATERIAL WHEN CURBS AND/OR SIDEWALKS ARE PLACED BY SLIP-FORMING,A SHALL 8E PLACED BETWEEN THE CURB OR THICKENED EDGE PREMOLDED STRIP UP TO i/2"THICK AND UP TO FULL DEPTH MAY BE USED. AND THE ADJACENT SIDEWALK. 3. EXPANSION JOINTS IN SIDEWALK 7. A 1"EDGED GROOVE MAY REPLACE THE 3/8"EXPANSION SHALL BE LOCATED SO AS TO MATCH JOINT AT INTERFACE BETWEEN CURB AND ADJACENT THE JOINTS IN THE CURB WHETHER SIDEWALK FOR SEPARATE POUR CONSTRUCTION, SIDEWALK IS ADJACENT TO CURB OR SEPARATED BY PLANTING STRIP, S OSEP NOTE:THIS PLAN 15 NOT A LEGAL ENGINEERING DOCUMENT BUT 4. CONTRACTION 70INT5 CONSISTING OF of WAS'y AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE � 1/4"V-GROOVES SHALL BE MADE IN �' Q .� ENGINEER AND APPROVED FOR PUBIICAT70N IS KEPT ON FILE AT SIDEWALK AT FIVE FOOT INTERVALS, + to Z THE CITY OF KCNT,A COPY MAY BE OBTAINED UPON REQUEST, INTERMEDIATE TO THE EXPANSION �--+ y CITY oFE.Nrj+ JOINTS, Crf ENGINEERING DEPARTMENT 21493 Ado �Fc STERN° F� :!5� 0 CURB AND SIDEWALK JOINTS � aNAI EN K N'T DESIGNED DWH DitAWN_ BB SCALE NONE SrPNDMD PLAN it CHECKED DATE _ 6_34+ MPROVED waxmi i,. Seplernner-'009 ',I 15'MAX. 5' S' 5' BROOMED FINISH EXPANSION JOINT Sf� I �qS 'R EXPANSION JOINT CONTRACTION JOINT(TYP.) EXPANSION R Qon (TYR)SEE DETAIL"A" SEE DETAIL"B" JOINT J CURB& GUTTER 15' L 2"I 3/8"x FULL DEPTH Z", " '^• CONTRACTIO JOINT,5'O.C. EXPANSION JOINT, (SEE NOTE�2 ) 15'O.C.(MATERIAL SEE NOTE Ol ) DETAIL"A" DETAIL"B" EXPANSION JOINT CONCTRACTION JOINT 1%(MIN.) 4"CONCRETE PER WSDOT 20/u(MAX.) STD.SPECIFICATION 8-14 3/8"x FULL DEPTH EXPANSION L ITh. MATERIAL(SEE NOTE(D) SIDEWALK 2"CRUSHED SURFACING TOP COURSE DRIVEWAY 3/8"x FULL DEPTH EXPANSION �l MATERIAL(SEE NOTE 0) CURB,GUTTER&SIDEWALK —1}— - CROSS SECTION 4"MIN. J 6"CEMENT CONCRETE DRIVEWAY APRON AND Z NOTES ' GUTTER FOR RESIDENTIAL DRIVEWAYS. 1, EXPANSION JOINT MATERIAL TO BE 3/8"X FULL DEPTH AND SHALL BE PLACED AT 15' 8"REINFORCED CEMENT CONCRETE APRON AND O.C.SPACING. ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE WITH GUTTER FOR COMMERCIAL DRIVEWAYS. WSDOT STD.SPECIFICATION SECTION 9-04.1 (4) AN ALTERNATE OF PLASTIC BOND BREAKER MATERIAL WILL BE ALLOWED. DRIVEWAY CROSS SECTION 2. CONTRACTION JOINT SHALL BE 1/4" WIDE BY 2"DEEP AT S'SPACING, 3, EXPANSION JOINTS SHALL BE INSTALLED pSTJi'ptT IN CURB&GUTTER AND SIDEWALK AT S tz NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT P.C.&P.T.AT ALL CURB RETURNS AND of WASh�ti AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ALL ANGLE POINTS. Co O ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, 4. FORM&SUB-GRADE INSPECTION y z y CI'I`Y OF KENO' REQUIRED BEFORE POURING CONCRETE. trj ENGINEERING DEPARTMENT 249 5. EXPANSION JOINTS IN SIDEWALKS ANDRFGISTER ��'� ® EXPANSION AND CURBS SHALL BE ALIGNED WITH EACH F G\C\ w�„gT OTHER AND NOT OFFSET. TONAL CONTRACTION JOINTS DESIGNED M SGJ-E NONE STANDARD PLAN 6. DESIGN SIDEWALK CROSS GRADE SHALL eN�EceEo ee onTE BE 1.5%. 6-35 APPRO'JEO omix¢p September'1009 I, i Mq qNY IRF�O°pF! ! * N(ry sFORB„ P * SP�IFIF�I�Fy'A ICK°RIFF °RA k'RIF A S n�yN °c MgwAYw/RFegR SrRFHY R °FH'A<k x ��IRFFrURgNTs o°yWryPO<F�s Mks FR BSS4NO BFRPTAO<F CgFF° UMnSFO (ry FxOgN �Fyjc SROMl R a Tyrck l sFFNpT�°INp SRN NG°es�N °RI�FfygY. FO (Jyp� R'D'Us, *DIMENSIONS PER ROADWAY CLASSIFICATIONS W/RFegR i VARIES* VARIES* 4"CLEAR TYPICAL TyP' I 2-#4 BARS SEE STANDARD PLAN 6-48 FOR 1%MIN. TRANSITION DRIVEWAY SLOPES 2%MAX. �8.1 (VARIES) 1'-6" 1"CLEAR(TYP.) CRUSHED SURFACING TOP COURSE EXPANSION JOINT WITH 3/8" (4"MIN.DEPTH) EXPANSION MATERIAL #4 BARS AT 12"EACH WAY SECTION A-A NOTES: I I O EXPANSION JOINTS SHALL BE PLACED 4. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%/ AT IS'MAXIMUM SPACING. ELASTOMERIC JOINT MATERIAL SHALL 5O. DRIVEWAYS SHALL BE PAVED FROM THE BACK OF THE BE IN CONFORMANCE TO WSDOT SIDEWALK TO THE GARAGE OR 40'BEHIND THE STANDARD SPECIFICATIONS.SECTION RIGHT-OF-WAY LINE,WHICHEVER IS LESS. 9.04.1 (4) I 2. SEE STANDARD PLAN 6.48 FOR ()SEA P DRIVEWAY SLOPES. S `z NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT � p@ WAS// .q AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 3. THE DRIVEWAY APPROACH WIDTH, �ti �� `!O ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT AND DRIVEWAY WIDTH ARE uT 2 0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. DETERMINED BY THE DESIGN VEHICLE CITY OF KENT TURNING MANUEVERS.SEE SECTION (� C9' ENDINEERINO DEPARYMENT 6,6.Q: .O ,P 21493 p FCISTetE F� KENT COMMERCIAL CEMENT CONCRETE F GNAL NGO WA.HI""."" DRIVEWAY APPROACH DESIGNED OWH SCALE NONE 76— PIWJ DRAWN DO _j f CHECKED DATE - 3H. Sepinrnber_'003 �. P2 ry / \/ I oy 3° TYP. (BEVEL H POSSIBLE) GUTTER PAN SLOPE SHALL MATCH ROADWAY SLOPE 1 2— #4 BARS 4" CLEAR (TYP,) BREAK POINT 1.57— - d -EX. PAVEMENT ?1 CLEAR (TYP.) CRUSHED SURFACING TOP COURSE (4" MIN. DEPTH) i)4 BARS AT 12" EACH WAY TRANSITION SLOPE (LENGTH VARIES) SECTION A—A NOTES: 1. DRIVEWAYS TO DEVELOPED LOTS SHALL NOT BE BLOCKED FOR MORE THAN 4 HOURS. CONTRACTOR SHALL PROVIDE IMMEDIATE TEMPORARY ACCESS FOR DEVELOPED LOTS WHEN SO DIRECTED BY THE ENGINEER. SIDEWALK 2 TCH EXISTING ROUNDS OR DRIVEWAY RILL E WAY WITHIN LIMITSE ADJUSUED TO SHOWN, WHEN SO DIRECTED BY THE ENGINEER. . 3. DETAILS SHOWN ARE TYPICAL, THE ENGINEER RESERVES THE RIGHT TO REVISE DETAILS TO BETTER MATCH FIELD CONDITIONS. MENT 4. EXPANSION JOINTS SHALL BE PLACED AT 15' MAXIMUM SPACING, ELASTOMETRfC JOINT MATERIAL SHALL BE IN CITY �� KENT CONFORMANCE TO SECTION 9-04•1 (4) OF THE WSpONS. i , COMMERCIAL RlCEMENT TCONCRETE CONFORMANCE C E TO SECTION SCENT DRIVEWAY APPROACH REVERSE SLOPE OESiGWO MP �I oenWN aw u+rarn.cn SGL[_NOaNrc mnHvn AWARD A� D OU L CHpO -- PATE 7^30-P4 / Rryry ! h �•. I I ROOT GUARD; "DEEP ROOT" ROOT GUARD; "DEEP T MIN. ' "BIO-BARRIER"OR 5'MIN, ROOT" EQUIVALENT MIN. 10'L x TO "BIO-BARRIER"OR 6"CURB CENTER LENGTH ON TREE. ROOT BARRIER EQUIVALENT MIN.10% a R/W LINE x 2'D CENTER LENGTH ROOT BARRIER A A ON TREE. R/W LINE B B ® TRRUNK L .o MTO TREE TIE ORMETAL BANDLAG BOLT W/ WASHER 11 ROOTBALLWATERING TUBE 3' TREE STAKE AND GUY WIREB ROOTBALL TO FACE OF CURB PARALLEL TO WALK AND CURB 2 X 4 BRACE CONCRETE FRAME TREE WELL PLANTER STRIP - 1.5"TO 2,5"CALIPER STREET TREE CONCRETE FRAME AROUND 2-APPROVED COMMERCIAL TREE TIES STREET TREES WITH TREE GRATES TYPICAL 4"IRRIGATION RISER 2.2"x2"x12'STAKES SETAT RIGHT ANGLE AND PLACEMENT OR WATERING TUBES, PULLED UPRIGHT BY TWO PER TREE REQUIRED ROOT APPROVED TREE TIES, BARRIER 3"LAYER OF BARK (nP•) I + MULCH. 3"LAYER OF 2X4 I ROOT BALL BARK MULCH BRACE z I I TYPICAL IRRIGATION RISER PLACEMENT OR WATERING TUBES.TWO _ PER TREE REQUIRED ROOT_I' BARRIER FINISHED GRADE li —III ROOT BALL I> III ROOT GUARD; 111=1 a g —I' SIDEWALK SNP') "BIO-BARRIER", "DEEP ROOT"OR EQUIVALENT CURB AND TREE PIT SIZE, PLANTING MIXTURE I — I a I I o_I I— I a. GUTTER AND ROOT BARRIERS, _- -'Il alll IIo III-1�i SECTION A-A i TREE PIT SIZE, NOTES: —III II _ _ PLANTING MIXTURE �I I I I III I I AND ROOT BARRIERS, j 1. SEE STANDARD PLAN 6.36 FOR DOWNTOWN SIDEWALKS. 2. IF TREE IS LOCATED BEHIND THE SIDEWALK,A ROOT BARRIER SHALL BE INSTALLED AT THE EDGE OF THE SIDEWALK, 3. IN TREE WELLS,THE ROOT BARRIER SECTION B-B SHOULD BE PLACED ALL AROUND THE OSEP2,. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT TREE PIT AND STAPLED TOGETHER. S Z AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE 4. FOR BURLAP GROWN TREES THE BURLAP �� of WASyAh �� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT C� c� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, SHALL BE REMOVED AT PLANTING TO A O by o O DEPTH OF AT LEAST THE ROOT BALL. ,Ij CITY OF ICENT ENGINEERINO DEPARTMENT 5. FOR CONTAINER GROWN TREES ALL a ROOT BOUND ROOTS SHALL BE CUT AND `0 ,PF 21493 E� �2- �{��°� STREET TREE IN PLANTER SEPARATED. OF 01ST�4L F \\ DESIGNED oWH 6. NO PRUNING OF THE TREES AT S��NAL ENG DRAwn BB ' SCALE NONE STANDARD PLAN PLANTING, CHECKED DATE - — 6-55 APPROVED_ ,Nawccrt September 2009 EDGE OF VARIES TURNOUT 6"TO 12" @ FACE OF CURB VARIES 6"TO 12" ? WOOD OR STEEL POST �I v TUBE 17'MAX.STEEL (STEEL POST SHOWN) N Z. V�p tD v CURB ANTI-TWIST PLATE,SEE WSDOT STANDARD ANTI-TWIST PLATE, PLANS H-70,10.00(TYP) SEE WSDOT STANDARD PLANS TYPE 1(STEEL POST OPTION) TYPE 1 INSTALLED BEHIND CURB EDGE OF TURNOUT VARIES 6'TO 12" BACK OF SIDEWALK VARIES 6"TO 12" t� t� 4"x 4"MAX, z WOOD OR STEEL POST v v WOOD POST f F (STEEL POST SHOWN) V SIDEWALK /i ANTI-TWIST PLATE, SEE WSDOT STANDARD PLANS TYPE 1(WOOD POST OPTION) t� TYPE 1 INSTALLED BEHIND SIDEWALK S pSFp Z NOTE;THISC NOT A LEGAL ENGINEERING DOCUMENT BUT �i� pF WASHA,), AN ELECTRICATE.THE ORIGINAL,SIGNED BY THE ENGINEER VED FOR PUBLICATION IS KEPT ON FILE AT mP Z THE CITY OCOPY MAY 8E OBTAINED UPON REQUEST. NOTE: H CITY OF K�NT I=f ENGINEERING �EPARTMfiNT 1. ALL LOCATIONS TO BE APPROVED q 21493 MAILBOX INSTALLATIONBY THE POSTMASTER. Pap, RF01STk ��� �gTYPE 1 AND 2 2. SEE WSDOT STANDARD PLANS FONAL E� ' W�"M�" SHEET 1 OF 2 H-70.10-00 AND H-70.20-00 FOR DESIGNED DWHE NONE STANDARD PLANDETAILS. DRAWN BBCHECKED - c®7o V September?u09 �� I NOTES; TYPE 1; 6 1, CURDS SHALL BE IDENTIFIED BY A 6INCH RED PAINT STRIPE ON THE TOP AND SIDE, 6"RED STRIPE 2. ROLLED CURBS SHALL BE IDENTIFIED BY A 6INCH 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. NO PARKING - FIRE LANE 4, THE WORDS"NO PARKING-FIRE LANE"SHALL BE 18 INCHES HIGH WHITE LETTERING WITH 31NCH STROKE AND 8"MINIMUM PLACED 8 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 18"WITH RED LETTERS ON A WHITE BACKGROUND.POSTS SHALL 6"RED STRIPE BE PER 6.82 AND 6-83.THE BOTTOM OF THE SIGN SHALL BE A MINIMUM OF 7 FEET ABOVE THE CURB, SIGNS SHALL BE INSTALLED NOMINALLY PARALLEL TO THE 30-60 ROAD, FACING THE DIRECTION OF TRAVEL,SIGNS WILL DEGREES NOT EXCEED 150'APART, 2. WHERE SIGNS ARE ADJACENT TO BUILDINGS,THE FIRE CODE OFFICIAL MAY ALLOW THEM TO BE PLACED ON THE 3NVl 3NId-DNIXabd ON 18"MINIMUM BUILDING OR STRUCTURE. 3. SEE STANDARD PLAN 6-83 FOR SIGN MOUNTING. '...... WHITE LETTERING NO N0 PARKING PARKING NO NO FIRE FIRE PARKING PARKING LANE LANE FIRE FIRE LANE LANE R8.31 R8-31L TYPE 3; RB-31D RB-31R 1. DIAGONAL RED STRIPING ACROSS THE SEP WIDTH OF THE FIRE LANE SHALL BE 17 NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT USED WHEN REQUIRED BY THE FIRE of WASH .q AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CODE OFFICIAL, IT SHALL BE USED IN tia' a CONJUNCTION WITH A 6INCH RED + m z THE CITY OF KENT,A COPY MAY 8E OBTAINED UPON REQUEST. STRIPE SIMILAR TO TYPE 1.THE CITY OF ]{ENT I, STRIPES SHALL RUN AT A 30 TO 60 ENGINEERIND DEPARTMENT DEGREE ANGLE AND SHALL BE PARALLEL 'P .PF 21{93 �O �Q- ,00 WITH EACH OTHER.THE STRIPE SHALL 01, GISTg � { ENT FIRE LANE MARKING BE A MINIMUM 6INCHES IN WIDTH AND �S,Sy�NAL EKG\ A'" "°T° A MINIMUM OF 24 INCHES APART, osslcNEo owN LETTERING TO OCCUR AS WITH TYPE 1 DRAWN DD SCALE NONE SiPNDARD pIAN MARKING, CHECKED DATE. — 6-77 APPROVED_ eK�urcm iaU18rf1Uer_�U09 3>. w (u N N � zN W C J � U dO �i d in l4JN� U y W LL U p W dm t< QN � a � ¢ s z o Qo s w o O WPPL==� N N O Z O tl K '•" oo WQa w m z md t� zo > om 0 3 z r � 6 Z O w w p 0 xii qr .ri 0 ZZOz Gw w ¢ E o u uwi Z O O O m O r W fi riF .wN. � z aNZ 1u Q- ZW' ON yy Q .i J d LL W G Nu m m O O a� � � W ti � ¢ti w _ iOU Z /f s� t¢�w wtE wlz ¢o — ¢ "n op `x ? Ua \ <v o � owa a w a i zo o f w0 000000 0 ® 0 ♦ 0000000 tin � 0 5 � o� IL W Qno O Z y r V O N ¢ ¢W &J xb ' . „ZI _ �z ¢ S 3h m ¢� ¢ ¢ d J W om �w \� „bZ z of Hf � � a ¢ > W N 0 t11 �\ d M N N N Q ¢ li d J O 1J1-- e J W Z J p a 0 2 K u Ow w Q V)O u m o � SOSEP� NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �"�' pF W N8,/Y �� AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE C c� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O HP i O THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. v CITY OF KENT (2y _ ENGINEER(NO DEPARTMENT -0 21483 a a �O �G)STeRNG���2 KENT SIGN INSTALLATION ONAL E DESIGNED DWH DRAWN BB SCALE NONE GiANDARO PVJJ -- CHECKED DATE - OL C®p q APPROVED cvaxw+ V x'nIBR?'!Ef 7i!0� BRACKET OR MAST ARM LENGTH SHOWN ON STREET LIGHTING PLANS POLE CAP ALLOY 43 WIRE HOLE WITH 0.17'N,T.S, 2° WITH S.S.SCREWS 1"I.D. RUBBER SLIP FITTER 4 eGROMMETMOUNTING HEIGHT -,- TAPERED BRACKET STREETGHTING tN ON 0.125"WALL ALLOY 6063.T6 PLANS 4-1/2"O,p, POLE PLATE ALLOY 6063.T6 fyI , WITH 1/2"-.13 NC ALUMINUM HARDWARE -TAPERED ALUMINUM TUBE 0.250 WALL ALLOY 6063,T6 SATIN GROUND FINISH NOTES: - I 1. SEE WSDOT STANDARD SPECIFICATION SEC, 8-20.2(1) 2. MOUNTING HEIGHT INCREASES BY 6"WHEN BREAKAWAY COUPLINGS ARE USED. I� GROUND LUG WITH N0. 151 HANDHOLE(4"x6"NOMINAL)ALLOY 356.T6 NON-FLUSH WITH 3/8"DIAMETER - COVER AND S.S, HEX,HEAD SCREWS(FRAME TAPPED 1/2" .13 NC HOLE OPPOSITE FOR GROUNDING), MOUNT ON SIDEWALK SIDE HANDHOLE CL BASE FLANGE ALLOY 356.T6 WITH BOLT COVERS AND S.S.HEX,HEAD SCREW GROUT BETWEEN BASE FLANGE&FOUNDATION t� I �L11 S�SElP NOTE; THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT a WASy�i AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE Fy C� O ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ' O tiP z O) THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 11., -3 CITY OF KENT (l� ENGINEERING DEPARYMENT A�O,�. QF 21493 ���� CITY LIGHT STANDARD FONAI K .e.a" BREAKAWAY COUPLER SEE DESIGNED DWH SCALE NONE STANDARD DMWN BB PUN SECTION 6.14.0 AND STD.PLAN CHECKED- DATE 6-89 FOR FOUNDATION&J-BOX v,cnem 6_86 AarrsovEo CL CITY LIGHT STANDARD SEE STANDARD CR ROADWAY PLANS 6-86,6-87 AND 6-88 _ OFF-SET DISTANCE SHOWN ON THE STREET LIGHTING PLANS I l TYPE I BOX 1p GROUNDD SURFACE D GROUND WIRE WITH COIL (GROUND LID TO BOX) is — M e I PVC CONDUITTO NEXTJUNCTION BOX 2"MINIMUM DIAMETER SCHEDULE 80 PVC CONDUIT #7 REBAR e, #4 REBAR ° n CONCRETE CLASS 3000 PROFILE VIEW INSTALL IN UNDISTURBED SOIL �� • q BOLT PATTERN TO BE SUPPLIED BY THE LIGHT e •o' e 'D STANDARD MANUFACTURER 'b' o CONCRETE CLASS 3000 e. a. D >• D. . . . o :. 6" d. n .e 0 (T(P) - I<. ,/ "a,�4• ° .. I' o FE —TYPE I)UNCTION BOX- ° UNLESS OTHERWISE STATED ALL LIDS SHALL Q 0' FD 0 BE DIAMOND PLATE,GALVANIZED AND °d LABELED(TS,LT AND/OR COM).ALL LIDS SHALL BE TACK-WELDED AT TWO POINTS FOR SECURITY AFTER THE FINAL INSPECTION .SIDEWALK PLAN VIEW AND ACCEPTANCE, Q�+EP NOTE: TjHANOT A LEGAL ENGINEERING DOCUMENT BUT S I AN ELECLICATE.THE ORIGINAL,SIGNED BY THE NOTES; "OF WASH7N ENGINEOVED FOR PUBLICATION IS KEPT ON FILE AT 0 THE CIT COPY MAY BE OBTAINED UPON REQUEST. 1. ALL MATERIALS AND WORK SHALLQCONFORM TO THE CITY OF KENT ' " Z CITY OF' KENT AND THE STATE OF WASHINGTON ENOINEERINO DEPARTMENT DESIGN STANDARDS. LIGHT STANDARD FOUNDATION 2,S9e�0 K AND JUNCTION BOX 2. ALL LIDS SHALL BE TACK-WELDED Qi^ �AT TWO POINTS FOR SECURITYL DESIGNED DWH1E NONE STANDARD PIAH AFTER THE FINAL INSPECTION oMwN ee AND ACCEPTANCE. CHECKED DATE APPROVED ��"� SPNIC'tf1bp Z003 STREET LIGHT STANDARD WILL BE LOCATED USING THE OFF-SET DISTANCES SHOWN ON THE STREET LIGHTING PLANS,SEE STANDARD PLAN 6-89 FOR STREET LIGHT FOUNDATION DETAILS. 6 MPS. SIDEWALK CURB AND GUTTER GROUND LUG/E6-38 RING TERMINAL TYPE 1 JUNCTION BOX. (SEE STANDARD PLAN 6-89) QUICK DISCONNECTS WSDOT STD,SPECS. GROUND LID TO BOX WITH 9-29.7 FNM 5 AMP FUSE GROUND WIRE OR APPROVED EQUAL 3M MOISTURE SEALANT STREET LIGHT STANDARD TAPE AND BUTT SPLICE CONNECTOR #6 OR-#8 BARE j GRD U.S.E./XHHN OR THW WIRE i BURNDY CONNECTOR YC4C8 OR APPROVED EQUAL 2"MIN, DIAMETER PVC CONDUIT UNLESS A LARGER DIAMETER IS SHOWN ON THE STREET LIGHTING PLANS I SQSEP� l NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT aF WASH/ 'cq, AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE INSTALL A THREE WIRE c� W ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 248 VOLT SYSTEM. �i H y 0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, GROUND OR NEUTRAL WILL r+ -3 CITY OF KENT START AT THE PUGET SOUND t-j ENGINEERING DEPARTMENT ENERGY SERVICE POINT 1O ,P 21493 Q Q- P0,1 FGISTER� �� JUNCTION BOX AND TONAL E��\� ACE"AI7 STREET LIGHT WIRE RUNS DESIGNED DWH SCALE NONE STANDARD PUN DRAWN AD — CNECkEO _ ppiE [mvxan 6 m n 0 APPROVED •l Septenber2009 I i 0 0 w 3 w a ¢o = cy o o a z Uzmo ZD ri'Na Q -+ Hr�' 0 V Or V W w Zp Q W m n yV a7 W � a' a po F U- a a o g m Q N IIWJ W W DE 0 U F o o� LLM .z. S � H V W 4r N In ZED w Q2m 0 W IN. O �if at CCo rn 3 I J U ~ � I z ¢i¢ >J 1 So WA F) NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �v 3F yeti �q, AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE C qw c� v0 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE Al z THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, y CITY OF KENT [- (�f ENGINEERING DEPARTMENT 140 FOR STREET LIGHT A�4��,C1P�F 2S 9ER�� ��"� ��x`�Ir STREET LIGHT TRENCH FOR CONDUIT ONLY TONAL F.N a CONDUIT RUNS i DESIGNED. DWtl DRAWN BB SCALE_ NONE STPNDMD PLAN CHECKED DATE - A PRCVED euaxmv J _PlAe f1':z'-1005' u ws w z�aJ w Z 3: oo,mo mz o Qz n� W� wDa f Z �0� EaU zW ftzw p sz Gz�z �0owwxa � a w � w O wF-Od SoE pa p n erroinw o Yo. GUd I ����¢nozSO`° CWxpQF.gb of ¢OEwauv�ad>oI UwwE¢nwQ°Zl'F m`u0�SU0.¢0.¢wj vN�i�mO�a �mSN��pz �¢'�UqwzOUoZzO��ia=�Q� >F�UGG�>maoZo 0aWw�j a-W�¢{aowrOn��Q�Qz _: ZO� w om f0M KMO© U m ew ,Z O 0 N 0 wd o0 w ll: W FM oxw ¢ om uo, i x o� � N o x o 2 � � a rn ww O O N u'�i �¢ Za O H: O w- o' pwaa 9°' u� uQmJY T �- �z�U, wri w z Q 0 00 �' ww N �K 0 'XHW.�8 a "NIW ,9 n O O O O i z z x o QUw r' om a dddldd n x iD 001 OP4P � W N PI 'NIW„5 u W a a o a W a Z ;40 W 4 O J 0 9 I W> o t > SOSEP�T NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �0P WAS y �.,F7 AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE C c� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT iP 0 ) I HE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. ' CITY OF KENT - L4J ENGINEERING DEPARTMENT ° 21493 ° • STANDARD JUNCTION BOX KENT �%NAL �N ,. TYPES SHEETT It OF & 2 OAPPRG�D� H SCALE NONE STANDPftO PLAN DATE - 6-93 Dmx� J lBD:Pi`1Ccf-UC1'j SYSTEM IDENTIFICATION - DETAIL . t1-�) }lam ITS INTELLIGENT TRANSPORTATION SYSTEM KENT COMM COMMUNICATION SYSTEM LT LIGHTING SYSTEM TS TRAFFIC SIGNAL SYSTEM TEL TELEPHONE SYSTEM SYSTEM ID DETAIL FOR SHEET-1 III JUNCTION BOX DIMENSION TABLE ITEM BOX TYPE x TYPE 1 TYPE 2 A OUTSIDE LENGTH OF JUNCTION BOX 22" 33" B OUTSIDE WIDTH OF JUNCTION BOX 17" 22 1 2" C INSIDE LENGTH OF JUNCTION BOX 18"-19" 29"-30" D INSIDE WIDTH OF JUNCTION BOX 13"-14" 18 1/2" 19 1 2" E LID LENGTH 17 S 8" 28 S 8" F I LID WIDTH 12 5 8" 18 1 8" CAPACITY-CONDUIT DIAMETER 8" 121, JUNCTION BOX TABLE FOR SHEET 1 I NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT III AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT • STANDARD JUNCTION BOX �EN`� TYPES i & 2 SHEET 2 OF 2 DESIGNED DWH DPAWN ED SCALE NONE STANDARD PUN CHECKED DATE - APPROVED DIgxFFA 7 JJ S=I�a�rr:k:rr 3liDg I WSDOT STANDARD PLANS DRAINAGE STRUCTRES AND HYDRAULICS B-55.20-00 Pipe Zone Bedding and Backfill TRAFFIC BARRIER C-1 Beam Guardrail Types 1 - 4 (2 sheet) C-lb Beam Guardrail Posts and Blocks (2 sheets) C-6 Beam Guardrail Anchor Type 1 (2 sheet) C-7 Beam Guardrail End Sections CURBS, SIDEWALKS AND DRIVEWAYS F-10.12-02 Cement Concrete Curbs F-40.15-01 Perpendicular Curb Ramp F-45.10-01 Detectable Warning Surface FENCE AND GLARE SCREEN L-20.10-02 Chain Link Fence Types 3 and 4 (2 sheets) I ROADWAY DELINEATION M-17.10-02 Parking Space Layouts M-20.20-01 Profiled and Embossed Plastic Lines M-24.60-03 Symbol Markings Misc. (2 sheets) L Hawley Rd. Levee Improvements Ph 2/Horn A - 2 July 10, 2013 Project Number; 10-3010.5 m E 3NOZ 3dld w '��bdV 4P��y� W a ✓ri & a 6 qM qM 8 pC m � , x h' a p IM g w v zo a a g Hamm o p W J Z N gyp" N _ 8 8 8 8 8 9 4° ua w ryz �Bwi JO w da n !§ o 3NOZadid F H q P4 0 3NOZ 3dld 3N°Z 3did d '1'0 'a'0 _ a W U z rJll }z ZIP U �Bz q- rci�uF' gooz m'Nm O I I _ g.� a �N E � �LL EAg m oOLU y lrp5 HU mm �22a ,glow EgMD�9� —ht� q � ��$���� 8a P^ S g .o.tl Y� =m• n 8 $ z m q�'a`1�l N K@�.6� m� �> Z "J ri v vi IUD t` 6m "oz 6 N n.....i.n.n..nmi � Lt wY n u.en nui . I I 5y 831tltl� �. g m m8 $ 5 Zzi �o IN. 16 Y L 4= � 8a ��°° a and mm� 1 M -II -I w NJ �O .e-.L x� y m a Sg a og " �J 'Xtl1V.6 .a ,L 6 a1 .Z-Z m u u LL w w u 1130all wag WNWa O— s �: iWK ,�aS ,�eaNiV rN c p�0' �C�a 4 a z .z elun�m 44a� W a N p e' m ~ a y H II f iVan5 �J1 IZ FFy y iNx z yOm Uij zwo A gm y� o� N� dtill li i Ot � Tl ! j i l i HIM J-0it i ii i m y i N pb y i naaan NWA A9 WN a n E mg $Fs mho a 9s �eoN v $ m �C z .� 6 Y n ry ynj 5$sa�� @ p m'E•a°C IL 4 3 � a B� p�p p� � IN► m �Ro B Ea b s W a'5 gg ` n g z N 6 4 �6 v I f yr� O a � o x gaa s 20.1 -z. e e S .at o .E1... x-X •Y •6ROL f J J I I m S ooze {�= {uu E n Q laa N N Q F- a � �I o Uz i � R I i naaon xuad ae xmvua nWj i pSl ro O @Z LLI ad�,go e" 5 6 m y '7�(�tls eQgQ9 �y OOj m LL B-f }r' O ' m� F �6 k e� to CL .eLrc G Eq cC'":aLrc n_�:z I m 3 y�v F LL R-E .LZ O V� K aF b0 m Q 66 31Stl1 N10N31160d 33S 3 H a^ J i W m 316tl1 H10N3l LSOd 336 Q � S * mw �F b b Gp W § m m 00 III F OJ puj o w b '^ m - — — Ta 2 ca a b II II LN � mb ili ill � m m CO On 313tl1 H10N3l1SOd 33S � "�� pLL o W 00 a o i o o mow v! i K rl n rl �I I 111 3 M o O _ 3o o m0 ° i WLL 319tl1 HLON31 160d 336 .� = i 1130011 Ntl34 U9 W"O F - o art = LLI Of + La ; n L O V F Ep ON U piP m r- U- U L N U N C U U O !- III T F I U nl H} N N 09 CL+ rN2 I _ N = OQ �Dm (f L N O � C + ¢ d N • i�- q v i `o o- - o K c Q - Q c w �- LL ++ Y A E U V 4 p + i E h=+ C L� •F- 7 ELL a��t§ 3�v p I. I ' Z U o I 2 raj a J F �+ w cc � o � , . N cn v ' w- o CDIr u'1 o N ve m a vi o w d �� m a c � W Z TI S N V Q a •,J i m YY" m �,. N O Tj aN W R w o x L W w W Nor ry N f Y N n V � I I� J m q U K o� O W q- Q I� "I/I Q V I E � a =i 5mrnt m y i N of 6 N O O N K O b�m 9l4 Zl mw C C NNry Z U OO D 0 c F �m9 it so I �2Q Lr HI ZI �I TB34011 NH3f:A9 HMtlNO S I pN F F m 4 F ��d albLUy 4 mw oo s V » f: OD w � � Q s woa�samvn 'v i y r U � a W z, Lis K m z U� U ❑ c Web U o m O< $ m �� '\ .B e•• um d yF� K WM ZU 60 �N W° W 3 a 1 m O W 6 U old G S >' U ju CO W p LL VIl W n W I.-Di cl K l U s2� F 6 C T WQ"NN3A 'AO NMWO m e P o m mn c.y o g� E8fi �` a o0Y0 8ygv v G b@ xBi $c o u y s g, 9,' �y'�' p .a° o�'��� 7¢ u• w ropp Efi m § W.Wc w5 �� NQ IV vvE � 6 W p a So Y,Fo s�W; '� rJ `,fe P5h 6� ESaLLI IL m3� 0,8 W o age Ea Qa• o' 'w'� O 6 4 wch mW �¢ nU EN rn° W'e yn W Ed' a' U,Q Eg ornS n� n.,— a,� aW �yyn� EE pE W S py�UNry 'Lm0 o o�z � I.. 2 p UF i- g t,Z .v' <U� &igo a to ZOY aU' 1 Y�n 6 d4 'L S Z 4a1 a Y� O b W w B v N > 'flli',N T o K W J�3�6J iw: W ON w J �f a w i�5 � w r a aa'zWa X�u o u- 'fdw �b n -w :,5$W bpCF F°N p Za b Z yQ II,Q al ;J Op' � � 4r 91 a O U2 y O`a Fo _ rNJ F CW 00 y ryw-Op�5 Y I- Q6 `I OLL i W. gm Him s W It S o m } ° IJ f�i I C ZN 1 a KF I -W o1J K. h d' W U °Z LL� n a rc� J ua 'I W n y m o R & F 46 3 5 li BE =:d` •�� PRRY ugdN Qz; fi m �Tyn 'v S O fi9 Q W LL YJ c� b X a 2 A NYo Sy qbd a• i m�o m� 6 0 .D3 m m a a a $ "4 bmoa ea° h a , �NO � R L� e D-8 b 12Np� NOy T tt V 6�. Z ~mb mC Sn (F u Fc$ € O $ Z DW °SJ j FW _ �OQG mg � m�o m"a LYm € a m J ji in € N r° & a g jai ,om'm b<o�4 p o>d> O ii t+�' yp ium Z I ¢ N ❑ m z ' ili�lll'ii 3wy g ''. g S> a41i z zmmNIW,s 'NI4VNoQ. 2 m o (<� F wuuuw... ❑O Z W m� ❑ °Q €o� W.. :Ori Y O I I. �im 'do tl� �v ��'Qµz o>?i m_J RZK po LLi 2wrOzOi _— UOLLw i �..,W_ � W0OZi i I i13D°!1 NH33 :A9 NMbNO '� _LL.c NyoLU z0 lLYu�BP V�' C ° a s` 4� N� Z N " F Lam �@a? n� � ^ N �E m�sS mn� -- OU Y JS p�6" Za Gw > y4H S N SF ryry `e myMo "-0 w orb 101 PPQeW G Q = rc oeg Go mf y. a iva R u F" tt }^} j Via. O ttG muU � 8y O r f l ® pm I p N Z=W p j y " p w � LU � o " �_ I� rc o@ ltlotli 'I.1odW _.. . f.�� u 531013H MOV4 I'dAD .. V� O 5 Z F � � �a m J I p W Z 1y� Gi U p 5 3 G �e `� " R❑' n K13 U " 8�2 a d w p S ¢ o QNOIA9 VSII :A0 NMWU W � . IN / ! . « ` ® in LL » / £ §m ) : ! 2 ! � z| _ ! . T : @i v ) ( ! § ) ! & - ti ) \ � \ ! \ I # ( � i ) ` I _,_ ,_, LLo� m` t •o o, m y ® w 0 4� I IL ll N '� G fi P'm o� E dp0 bids 4PSS s � ® tl So q c ¢a � inh � y� mtj � m ae a. v 6 � �I► b U® E� ey a acNNB rr8 m ����jj y o � a y a m V WU b uj Yy ( pp T i Y a to Y h a = m 15 �� ° — MM 1 X " �o b 5° a £ \ X Mtn i.m? job " ° , JA yl ry N kk � CTC p6 O j um �z b b`Z 5 N b A-.Bt f b � •� l N J� � i I. JN U m OZ o a ma Wg wo On �w b O$ IbV F on \ mF � ll3adf1 N1134 'A9 NMbMU E`r A-At j a �vH.n®i.;We.n r� p O Nq - w.4.wrraoun.�ao 3 f �'a'+e r�.wn� 4 k m yo ur+w.�..-tee aim yWj d d p i s � N N z n I #4 00 N F S mSWm. 6•. c to E 369 p 7w W� 4 /1► b o 0 3mwwm i � r o o w 0 y 5Q a, 6 h m gL I 4 — i •g n 'o o w `3 w T5 eb J¢ W o a �" + is It $ Su9 K gv m S w u� N 6 It a 8 w I '4 _ e 0 � � I e�, u 'z F m w¢ 3i Y wY c73 s� Vaai i. �w2g5 NCO � { Wo z o a z � 3 writs Natal:Aa w"a 1 d d N.9g Z Dwo oP N F fg0 $ ti by C LL U G V do N01103N10 m 3 3 b o b b b b S b m n m I Q S b b 618 b w pwp.. pwp�. pwp pwp pwp F F F F F J O m J J � m } p@@ N 5�y _ d]e l�J 3AtlN1 30 N01103tl10 111 6 I I .OZ N } z 20 N01103810 zE'o a I r.zfl It I .9-,C .ZIL Vl pp vmi m r �yml¢ O Gr mF S 0 } Z < Y a OH03A0 VSIl A9 NNVNO PROJECT PERMITS • City of Kent and Washington Department of Ecology (DOE) Shoreline Substantial Development Permit • Department of Fish & Wildlife - Hydraulic Project Approval (HPA) Permit • DOE - Shoreline Conditional Use Permit • City of Kent Flood Zone Permit Hawley Rd. Levee Improvements Ph 2/Horn A - 3 July 10, 2013 Project Number: 10-3010.5 -`• North Puget Sound Washington HYDRAULIC PROJECT APPROVAL Department of A6018 MITI Creek Boulevard FISH and RCW 77.55.021-See appeal process At And of HPA MITI Creak WA gBDJ11,,�29Q� WILDLIFE2 ) �f6i1 fff•' --" D Issue Date:August 17,2011 Control Number: 122120-1 Project Expiration Date:August 10,2016 FPA/Public Notice#; N/A ,. .1'I PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of(Cent City of Kent Public Works ATTENTION:Mark Madfai ATTENTION:Granville Horn 200 4th Avenue South 400 W Gowe St Kent,WA 08032 Kent, WA 98032 I 253-856-5521 253-850-5500 Fax:253.856-6500 Fax:263-856.6600 Project Name: Hawley Road Levee Improvements { i Project Description: Construct an earthen berm approximately 3,5' higher than the 100 year flood elevation, and approximately 12'wide at the top;Install mitigation plantings. f PROVISIONS 1. The project may begin immediately and shall be completed by August 16, 2016• 2. Work shall be accomplished per plans and specifications approved by the Washington Department of Fish and Wildlife(WDFW) entitled, "HAWLEY ROAD LEVEE IMPROVEMENTS", and, "HAWLEY ROAD PLANTING PLAN", except as modified by this Hydraulic Project Approval. A copy of these,plans shall be available on site during construction. 3, NOTIFICATION REQUIREMENT: The Area Habitat Biologist(AHB) listed below(E-mail to fisheldf@dfw.Wa.gov) and the Enforcement Program Officer(e-mail to krenzml(k@dfw•wa.gov) shall receive e-mail notification from the person to whom this Hydraulic Project Approval (HPA) Is issued (permittee) no less than three working days prior to start of work, and again within seven days of completion of work to arrange a compliance inspection. The notification shall Include the permittee's name, project location, starting date of work or completion date of work, and the control number of this HPA. 4. Grading shall be accomplished In a manner that avoids waterward release of material. 5. Disturbance of riparian vegetation shall be limited to that necessary to perform the project. Installation of the approved planting plan (Provision 2) is required pilot,to December 31 of the year of project grading to mitigate project impacts. Plantings shall be maintained as necessary for a minimum of three years to ensure 80 percent or greater initial survival of each species or a contingency species approved by the AHB and shall be maintained for as long as file levee exists and shall not be trimmed or removed without prior authorization by WDFW. Growth of invasive species shall be controlled at the site to ensure the survival and viability of the mitigation plantings. i Page 1 of 4 *Washigglon HYDRAULIC PROJECT APPROVAL N90h Puget sound Department of g0i 8 Mill Creek boulqprd I I FISH and 'RGW 77.66.021-.See appeal Prbce*s at and of HPA W]LbLIFE Mill creek,WA 08012A��d 1426)776_1311 Issue bate;August gust 17,2011 �Qrtrol Number' 122120-1 Project Lxplraflo Data:August 16,2010 f FAIN blic Notice NIA 6. EquIplmont used for this project shall be free of external petroleum-based products while working around the river and wetlands associated with the river, Accumulation of Soils or debris shall be removed from the drive mechanisms (wheels, tires, of equipment tracks, etc.)and Undercarriage prior to its working within the fioQdplafn of the river. Eq uIpment shall be checked dally for leaks and any necessary repairs shall be completed prlpr to commencing work,activities along the river and wetlands associated with the river. 7Jf at any time, as,a.result of project activities,fish are observed In distress, a fish kill occurs,, or water quality problems doVofolp (including equipment leaks or notification s 11611 b6 mode to the Washington Emergency Management Division at 1-800t258_5090, and to theAHE, 8, Erosion control methods shall be used to prevent silt-laden water frQrn.pnteft the rNer andwe wetlands associated with the river. Those they Include, but are not limited lto, straw bales, filter fabric, temporary Sediment ponds,p check dams of pop qrqvq1-,fI1led burlap bags or other material, and/or Immediate mulching of expo5ed areas. 9. Prior to starting work, the selected erosion control methods(Provision 8)shall be Installed. Accumulated sediments Shall be removed during the project Arld prior to removing the erosion control methods after completion of work 10. All waste material such as construction debris, slit, excess dirt or overburden rbsultlfig from this project Shall be deposited above the limits o I f ff,oodwater In.qh approved upland disposalSal site. 11. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sedlinerit$, sedirnent-lqden Water, chemicals, or any other'toxic or deleterious materials are alloWed to enter or )each Into the river or wetlands associated with the I*,Ivor. PROJECT LOCATIONS Location#1 Hawley Rd Washington Ave & SR 167 K E N D August 16, 2016 LgusII772111 'llulla�16. Elliott oy WORK START: Aug st 17, 26!f WbRI(ENb: ALIOUSt 16, 2016 WRIA: body: TrIbulary to: 09.0001 Duwarrilsh River/Green River liott Day 1/4 SEC: Section: Township: Range; . Longitude: lCuunlW_ LaMude WOR" START, , WRIA we,. "'Oula'y in' 09()00 1 �uv Ell!Ott B"y SL_c G1/4 T� Longitude: County: 3:7641 1 22.24725 King SW 1/4 24 2,2 N 04 F M .7 _P Location 11 ,at n ocation#i Driving Directions Page 2 of 4 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16016 MIII Creek Boulevard FISH and ROW 77.55,021-See appeal process at and of HPA MITI Creek,WA 98012.1286 WILDLIFE (425)776-1811 Issue Date:August 17.2011 Control Number: 122120-1 Project Expiration Date:August 16,2016 FPA/Publlc Notice#: NIA i APPLY TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code, specifically Chapter 77,65 RCW(formerly ROW 77.20). Additional authorization from other public agencies may be necessary for this project. The persons)to whom this Hydraulic Project Approval is issued is responsible for applying for and obtaining any additional authorization from other public agencies(local, state andlorfederal)that may be necessary for this project. This Hydraulic Project Approval shall be available on the job site at all times and all Its provisions followed by the persons)to.whom.this Hydraulic Project Approval is issued and operators)performing the work. This Hydraulic Project Approval does not authorize trespass. The person(s)to whom this Hydraulic Project Approval Is Issued and operator(s)performing the work may be held liable for any loss or damage to fish life or flsh habitat that results from failure to comply with the provisions of this Hydraulic Project Approval. Failure to comply with the provisions of this Hydraulic Project Approval could result In a civil penalty of up to one hundred dollars per day and/or a gross misdemeanor charge,possibly punishable by fine and/or imprisonment, All Hydraulic Project Approvals Issued under ROW 77,55.021 are subject to addlllonal restrictions,conditions, or revocation If the Department of Fish and Wildlife determines that changed conditions require such action.The persons)to whom this Hydraulic Project Approval is Issued has the right to appeal those decisions. Procedures for filing appeals are listed below. Requests for any change to an unexpired HPA must be made in writing, Requests for new HPAs must be made by submitting a new complete applioatlon.Send your requests to the department by:mail to the Washington Department of Fish and Wildlife, Habitat Program,600 Capitol Way North, Olympia,Washington 98501-1091;e-mail to HPAappllcations@dfw.wa.gov;fax to(360)902-2046;or hand-delivery to the Natural Resources Building, 1111 Washington St SE,Habitat Program, Fifth floor. APPEALS INFORMATION If you wish to appeal the Issuance,denial, conditioning, or modification of a Hydraulic Project Approval(HPA), Washington Department of Fish and Wildlife(WDFW)recommends that you first contact the department employee who Issued or denied the HPA to discuss your concerns. Such a discussion may resolve your concerns without the need for further appeal action. If you proceed with an appeal,you may request an informal or formal appeal.WDFW encourages you to take advantage of the Informal appeal process before Initiating a formal appeal.The Informal appeal process Includes a review by department management of the HPA or denial and often resolves issues faster and with less legal complexity than the formal appeal process. If the informal appeal process does nol resolve your concerns,you may advance your appeal to the formal process.You may contact the HPA Appeals Coordinator at(360)902-2534 for more Information, A, INFORMAL APPEALS;WAC 220-110-340 is the rule describing how to request an informal appeal of WDFW actions taken under Chapter 77.65 ROW. Please refer to that rule for complete Informal appeal procedures.The following Information summarizos that rule. A person who is aggrieved by the Issuance,denial, conditioning,or modification of an HPA may request an informal appeal of that action.You must send your request to WDFW by mail to the Washington Department of Fish and Wildlife HPA Appeals Coordinator,600 Capitol Way North,Olympia,Washington 08501-1091:a-mail to HPAapplications@dfw.wa,gov;fax to(360)902-2946;or hand-delivery to the Natural Resources Building, 1111 Washington St SE, Habitat Program, Flflh floor.WDFW must receive your request within 30 days from the date you Page 3 of 4 A 6ea nalon HYDRAULIC PROJECT APPROVAL NorthPu0el Sound _ Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021-See appeal process at end of HPA MITI Creek,WA 98012A296 - WILDLIFE (426)775-1311 Issue Date:August 17,2011 Control Number: 122120-1 � Project Expiration Date:August 16,2016 FPA/Public Notice#: N/A i i If you agree,and you applied for the.HPA,resolution ofthet appeal may be facilitated through an Informal conference with the WDFW employee responsible for the decision and a supervisor. If a resolution Is not reached through the into conference,or you q?0 not the person Who applied for the HPA,the HPA Appeals Coordinator or designee will conduct an Informal hearing and recommend a de.talon to the Director or designee, If you are not satisfied With the results of the informal appeal;you may file a request for a formal appeal. B. FORMAL APPEALS;WAC 220-110-350 Is the rule describing how to request a formal appeal of WbFW actions taken under Chapter 77.55 RCW-Please refer to that rule for complete formal appeal procedures.The following Information summarizes that rule. A person Who is aggrieved by the Issuance,denlal,conditioning,or modification of an HPA may request a formal appeal of that action.You must send your request for a formal appeal to the clerk of the Pollution Control Hearings Boards and serve a copy on WDFW within 30 days from the dale you receive notice of the decision.You may serve WDFW by mall to the Washington Department of Fish and Wildlife HPA Appeals Coordinator,800 Capitol Way North, Olympia,Washington 98501-1091;e-n all to HPAapplicatlons@dfiu,wa.gov;fax to(360)902-2946;orhand delivery to the Natural Resources Building, 1111 Washington St SE,Habitat Program,Fifth floor.The ilme period for requesting a formal appeal Is suspended during consideration of a timely informal appeal.If there has been an informal appeal,you may request a formal appeal Within 30 days from the date you receive the Director's or designee's written decision in response to the informal appeal, j C. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS; If there Is no timely request for an appeal, the WDFW action shall be final and u.nappealable, ENFORCEMENT:Sergeant Chandler(34)P2 Habitat Biologist c l for Director Larry Fisher 425;318-5683 p^`" tt a.� WDFW CC: l Page 4 of 4 I STATE OF WASHINGTON DEPARTMENT OF ECOLOGY Northwest Regional Office •3190 16Oth Avenue SE• Bellevue, Washington 98008-5452 • (425) 649J000 RE CE September 7,2011 5FP 0 9 e ry Uf- KENT Kelly Casteel ENGINEERING DI"P City Of Kent Engineering 220 4th Avenue South Kent, WA 98032 Re: City of Kent Local.Permit RPSP-2103213 &RPP3-2103288 Kelly Casteel-Applicant Approved Shoreline.Conditional Use Permit 232 Dear Kelly Casteel: On August 8, 201-1,the Department of Ecology(Ecology)received the Kent decision on your Shoreline Conditional Use Permit for Hawley Road levee improvements, By law,Ecology must review Conditional Use Permits for compliance with: • The Shoreline Management Act(Chapter 90,58 RCW) • Ecology's Conditional Use Permit approval'criteria(Chapter 173-27-160 WAC) • The Kent Local Shoreline Master Program After reviewing Conditional Use Permits for compliance, Ecology must decide whether to approve, approve with conditions, or disapprove them. Our Decision: Ecology'approves your Conditional Use Permit provided your project complies with the conditions required by Kent, Please note, however,that other federal, state and local permits may be required in addition to this shoreline permit. What Happens Neat? Before you begin activities authorized by this permit,the law requires you to wait at least 21 days from the August 8, 2011,the "date of filing". This waiting period allows anyone (including you) who disagrees with any aspect of this permit,to appeal the decision to the state Shorelines Hearings Board. You must wait for the conclusion of an appeal before you can begin the activities authorized by this permit, ' I I I Kelly Castecl September 7; 2011 2 of 2 The Shorelines Hearings Board wiiIl notify you b" letter if the receive an a eal Y Y pp . We recommend you contact the Shorelines Hearings Board before you begin permit activities to ensure no appeal has been teceived. They can be reached at(360)664-91.60 or http://www.eho.wa.gov. If,You,want to.appeal this decision,you can find appeal instructions (Chapter 461-08 WAC)at the Shorelines Hearings Board website above. They are also posted on the website of the . Washington State Legislature at:http://apps.log,wa.gov/wac. If you have any questions,please contact Barbara Nightingale at (425) 649-4309, Sincerely, Geoff Tallent, Section Manager Shorelands and Environmental Assistance Program cc: Granville Holm, City of Kent Engineering, Project engineer III i � I ECONOMIC COMMUNITY DEVELOPMENT Ben Wolters, Director PLANNING SERVICES Fred 5atterstrom, AICP, Director 1�ENT Charlene Anderson, AICP, Manager WASI,IN6}OH i Phone: 253.856-5454 Fax: 253-856-6454 Address: no Fourth Avenue 5 Kent, WA 98032 SHORELINE SUBSTANTIAL DEVELOPMENT PERMIT Decision Document August 5, 2011 City of Kent Hawley Road Levee Improvements #5MA-2010-2 #RPSP-2103213 Planner: Katie Heinitz I I. PROPOSAL DESCRIPTION AND LOCATION: The applicant proposes to raise and reconstruct a portion of Hawley Road, and add an earthen berm on adjacent parcels to act as a levee to protect the City of Kent from flooding by the Green River. The new roadway and berm, approximately Four and a half feet higher than the 100 year flood elevation of the Green River, will be located approximately 75 feet from the ordinary high water mark of the Green River . Though Hawley Road will be raised it will still provide ingress- and egress for local residents, businesses, and park users, In areas outside the right-of-way an earthen berm will be provided. This project is part of a larger effort to have the entire levee system within the City limits cerdfled by FEMA. In addition to the new raised roadway and levee berm, a recreational trail for pedestrians and bicyclists will be constructed on the raised area between Hawley Road and the Green River. Existing utilities will be adjusted to grade as needed and approximately 5,600 square feet of trees, shrubs and grass will be removed. Native trees and shrubs will be installed along the roadway as mitigation, Approximately 7,150 cubic yards of fill material will be used for the proposed roadway and berm construction, Fill material will include topsoil, sand and gravel and will be obtained from permitted excavation sites. Existing utilities will be relocated as needed, The banks along the Green River will not be disturbed. The project area is 2.6 acres in size and includes portions of the right-of-way along Hawley Road and ,5 acres of two adjacent parcels, owned by the City of Kent Parks Department: if, CITY OF KENT COMPREHENSIVE PLAN, ZONING AND SHORELINE DESIGNATION: The project area is located in the General Commercial (GC) and Industrial Agricultural (MA) zoning district and has a Comprehensive I I I I I II Decision Document Hawley Road Levee Improvements *SMA-2010-2 #RPSP-2IQ3213 Plan I-and Use Map designation of Mixed Use (MU) and Open Space (OS), Properties within the project area are used as roadway, power transmission lines, undeveloped City of Kent Parks property, and a 20 stall parking lot for adjacent businesses and park use. Hawley Road currently serves as the link between two portions of the Green River Trail, and a recreational trail separate from the road will i be constructed as part of this project to serve as the new trail link, Properties surrounding the project area are occupied with commercial I and service businesses. Approximately 90 percent of the project area is located within 200 feet of the Green River, a Shoreline of Statewide Significance. The Shoreline Environment Designation is High Intensity, with a parallel designation of Urban Conservancy-Open. Space along the Green River, TTI. ENVIRONMENTAL CONSIDERATION: A. Environmental Assessment Environmental review pursuant to the State Environmental Policy Act (SEPA) was completed and a Determination of Non-Significance (DNS) Was Issued for this proposal on June 16, 2011 (15NV-2010-29). The 14-day appeal period for the DNS ended on June 30, 201L No i appeals were received. , A copy of the DNS Is Included in the environmental file associated with this permit. The applicant submitted a Biological Assessment as part Of SEPA review (dated January 12, 2011), which concluded the project will have "no effect" on any threatened or endangered species or their designated critical habitat. The reasoning for the "no effect" determination included avoidance of In-water work and implementation of the site-specific Temporary Erosion & Sedimentation Control Plan and Stormwater Pollution Prevention Plan. S. Significant Physical Features j 1. TapographyandFlydrolog The project area of approximately 2.6 acres Is generally described as flat, with slopes no greater that 1 to 2 percent, aside from the side slopes of the existing levee. A small portion of the site is Included in the 100-year floodpialn, based on the March 18, 2008 Lower Green River Mapping Study by Northwest Hydraulic Consultants, and revised preliminary FIRM maps in use at the time this application was submitted, The site contains one 0.2 acre Category ITT wetland. No direct impacts to the wetland are anticipated. A small portion of the wetland buffer may be Impacted,• however, proper mitigation will take Page 2 of 13 i DeClslon Document Hawley Road Levee Improvements #SMA-2010-2 #RPSP-2103213 place, per Kent City Code 11,06, The Green River, a shoreline of statewide significance, is located adjacent to the project area. C. Sl nl cant Social.Features 1. parks and Recreation This portloh of Hawley Road currently serves as the link between two portions of the Green River trall. However, a new, separate pathway for pedestrian and bicyclists will be constructed along Hawley Road between the road and the river for the Green River Trail connection. 2, public Roadways During construction, ingress and egress for the two adjacent businesses on Hawley Road will remain accessible, Hawley Road Is classified as an Industrlal/Commercial Local. Street. 3, Light and Glare Existing fighting along Hawley Road will be replaced. No additional lighting beyond what already exists is proposed as a part of this project. Existing utilities will be adjusted as necessary for the road replacement. IV, APPLICABLE LAWS AND REGULATIONS A, Public Notice Public Notice of Application was provided on November 12, 2010 with a 30-day comment period as required by the Kent Shoreline Master Program, Chapter 7 Section B.2.c, The comment period closed on December 13, 2010. B. State of Washington Shoreline Management Act: Development, as defined in RCW 90.58,030(3)(d) will occur within 200 feet of the Ordinary High Water Mark of the Green River and Is therefore governed by the regulations of the State Shoreline Management Act pursuant to RCW 90,58,030(2)(d) and (f). The cost of development exceeds $5,000, and thus a Shoreline Substantial Development Permit is required in accordance with WAC 173-27- 040(2)(a), In addition, a Shoreline Conditional Use permit is required per the City of Kent Shoreline Master Program Chapter 4 Section C3. A public hearing was held for the Shoreline Conditional Use on July 20, 2011 and a decision for approval was Issued by the Kent Hearing Examiner an August 3, 2011. As conditioned through the Shoreline Conditional Use and by this permit, this project will be consistent with the Shoreline Management Act. I I Page 3 of 13 i Decision Document Hawley Road Levee Improvements #SMA-2010-2 #RPSP-2103213 C. City of Kent Comprehensive Plan In 2004 the Kent City Council adapted on update to the Kent Comprehensive Plan Which represented revisions to demographics, housing and employment forecasts, and relevant goals and policies affected by the referenced inclusion of pertinent local and regional Policy documents, As with the 1995 plan, the 2004 update was prepared under the provision of the Washington State Growth Management Act. The comprehensive plan, through its goals and policies, presents a clear expression of the City's vision of growth for citizens, the development community, and other public agencies. The i plan is used by the Mayor, City Council, Land Use and Planning Board, Hearing Examiner, and the city departments to guide decisions on amendments to the City's zoning code and other development regulations, which must be consistent with the plan, as well as guide i decision making about the .funding and location of the capital Improvement projects, As a part of the comprehensive update of the Shoreline Master Program (SMP) in September 2009; Ordinance .59 1 replaced Appendix C "1999 Kent Shoreline Master Program Goals and Policies" with i "Chapter 13, Shoreline Element" in the Citys Comprehensive, Plan. The Shoreline Element includes the goals and policies of the September 2009 sMP, The Comprehensive Plan Land Use Map designates the subject site as Open Space .and Mixed Use, The proposal, as conditioned, generally is compatible with the goals and policies of the Shorellne Element of the Comprehensive Plan: Shoreline Modlflcatlon Policy 7,b.i• dikes and levees should be constructed or reconstructed only as part of a comprehensive flood hazard reduction program. i Planning services Comment The Kent City Council adopted the 2006 King County Flood Hazard Management Plan to serve as the City's comprehensive flood hazard reduction program. Spedflcally the following policies within this pion apply to the proposal; i Policy PROP-i: King County should prioritize actions to address flood and channel migration risks using the following criteria In order of importance: a. The consequences that Will result If no action Is taken. I I Consequences should be prioritized as identified in Policy G'-2. Page 4 of 13 i I I Decision Document Hawley Road Levee Improvements #5MA-2010-2 #RPSP-2103213 b. Urgency, where urgency Is a measure of how quickly an action needs to he taken in order to prevent a risk from growing worse, c, Legal responsibility and authority, where legal responsibility and authority Is a contractual relationship between King County and another person or agency to maintain a flood protection facility.. d. Funding or partnership opportunities. Policy PROJ-5: New flood hazard management projects, whether protecting new or existing development, should seek to provide protection from the 100-year; future conditions Rood, plus a margin of safety. ! Policy PROJ-6: King county should construct new flood protection facilities and maintain, repair or replace existing flood protection facilities in such a way as to; a. Require minimal maintenance over the long term, b. Ensure that flood or channel migration risks are not transferred to other sites, c. Protect or enhance aquatic, riparian and other critical habitats, and d. Protect or enhance multiple beneficial uses of flood hazard areas. Pollcy PROJ-8f King County will consult with affected Native American Tribes, the Washington State Office of Archaeology j and Historic preservation, and the King County Historic Preservation program staff when designing flood hazard management projects beyond existing flood protection facility footprints to ensure that archaeological, cultural and historic resources and Traditional Cultural Properties are Identified, evaluated and appropriately protected, The proposed project is consistent with the above policies of the 2006 1(Ing County Flood Hazard Management Plan as follows. Prioritization for the proposed project is unique from typical new levee construction because levees already exist on the Green River, As the entire length of Green River levees within Kent are not certified by FEMA, all levee segments need reconstruction or replacement despite the functional level of flood protection the existing levees already provide. obtaining levee certification will remove affected properties from the 100-year floodplain and eliminate the requirement to purchase flood insurance (which lenders impose on property owners), Accordingly, prioritization for levee improvement is largely based on ease and speed of construction, and the economic impact on affected properties having to continue to purchase flood insurance, Page 8 of 13 I Dedslon Document Hawley Road Levee Improvements #SMA-2010-2 #RPSP-2103213 This proposal has been designed to provide 100-year flood protection plus a margin or safety, and to require the least amount of long-term maintenance, As discussed above, existing levees are present on the Green River, so actual Flood risk will not be transferred to other properties by construction of the proposed new setback levee, The project area is not located within a Channel Migration Zone and will continue to support a multitude of beneficial uses post-construction, such as the recreational use of the Green River Trail and the river Itself, as well as surrounding. Industrial uses as designated in the Zoning Code, the Comprehenslve Plan and the sMP. There are no historical sites within the project boundaries, The area known as Langston`s Landing, listed on the National Register of Historic Places Inventory, exists along the banks of the Green River in the vicinity of the project, but outside the project area, on the west j side of West Valley Highway. No remnant of the landing remains but a i monument with a plaque describing the historical significance exists in the vicinity, The Hawley Road levee improvements will take place in the right=of-way, not on the. bank slopes of the Green River and not within the area where the Langston Landing Is noted on the historical inventory. Care will be taken during construction to avoid impacting the slope. where Langston's Landing was reportedly located, should archaeological materials such as bones, shell, stone tools, beads, ceramics, old bottles, hearths, etc, or human remains be observed during project activities, all work In the immediate vicinity should stop. This Substantial Development Permit includes a condition for addressing any such Features should they be encountered during construction,, Restoration Goal 1: Maintaln, restore or enhance watershed processes, including sediment, water, wood, light and nutrient delivery, movement and loss. Jiestoratlon Goal2, Ma/ntalo or enhance fish and wildlife habitat during all life stages and maintain functional corridors linking these habitats, I Restoration Goal3t Contribute to conservation and recovery of chinook salmon and other anadromous fish, focusing on preserving, protecting and restoring habitat with the intent to recover listed species, Including sustainable, genetically diverse, harvestable populations of naturally spawning chinook salmon. Restoration Oblect/ye 2.c: Improve the health of the Green River and its tributary streams by increasing MD recruitment potential through planting's of trees, particularly conifers, In the riparlan corridors. Where feasible, Install LWD to meet short-term needs. I Page G of 13 i I Decision Document - Hawley Road Levee Improvements #SMA-2010-2 #RPSP-2103213 i Restoration Prlorrty 7, Improve riparian vegetation, reduce impervious coverage. Planning services Comment The proposed project Is consistent with the above goals, policies and objectives of the Shoreline Element of the Comprehensive Plan. By maintaining native trees and planting native shrubs along the Green River and providing mitigation tree plantings, watershed processes and fish and wildlife habitat will be improved. No disturbance of existing vegetation Is planned along the bank slopes adjacent to .the proposed levee acid the trees that will be removed do not provide shade to the � river nor would they likely contribute large woody debris to the river in the future, Unpaved areas disturbed during construction will be hydroseeded or replanted per the recommendations of the engineer certifying the levee. Native trees and shrubs will be planted along Hawley Road to replace trees removed to construct the berm D, Kent Shoreline Master Program The City of Kent Shoreline Master Program (SMP) is a planning document that outlines goals and policies for the shorelines of the City, and also establishes regulations for development pccurring within shoreline jurisdiction (the area 200-feet landward of the Ordinary High Water Mark). The SMP recently underwent a comprehensive update in September 2009. The SMP designates the project area as High intensity, with a parallel designation of Urban Conservancy-Open Space adjacent to the Green River, The High Intensity environment is intended to provide for °high-intensity water-orlented commercial, transportation, and industrial uses while protecting existing ecological functions and restoring ecological functions in areas that have been previously degraded" while recognizing the presence of levees. The purpose of the Urban Conservancy-Open Space environment is to "protect and restore ,,. ecological functions in urban and developed settings, while allowing public access and a variety of park and recreation uses." Chapter 3 of the SMP, General Provisions, Includes policies and regulations that apply to all uses and activities regardless of shoreline environment designation, Sections within Chapter 3 that pertaln to the proposed setback levee Include Archaeological and Historic Resources, Environmental Impacts, Flood Hazard Reduction, Public Access, Shorelines of Statewide Significance, Vegetation Conservation and Water Quality. Page 7 of 13 i � II I ' DecNion Document Hawley Road Levee Improvements #SMA-2010.2 #RPSP-2103213 i Planning Services Comment o Chapter 3, Sectlon 8.2, Archaeological and Historic Resources; There are no historical sites within the project boundaries, The area known as Langston's Landing, listed on the National Register of Historic Places Inventory, exists along the banks of the Green River in the vicinity of the project, but outside the project area, on i the west side of West Valley Highway. No remnant of the landing remains but a monument with a plaque describing the historical significance exists In the vicinity. The Hawley Road levee irilprovements Will take place in the right-of-w.ay, not on the bank f slope$ of the Green. River and not within the area where the Langston Landing is noted on the historical inventory. Care will be taken during construction to avoid impacting the slope where Langsto.n's Landing Was reportedly located, 'rho Substantial Development Permit will Include a condition requiring work stoppage and an archaeologist's inspection should any such features be discovered during site work. Chapter 3, Sectlon 8.4, Environmental Impacts: A Determination of Non-Slgnificance (DNS) was issued for this proposal on June 16, 2011 (ENV--2010.29). The project has been determined not to cause significant ecological. impacts or significant adverse Impacts as defined in the SMP. Due to the proposed levee's location away from the river, behind the existing river bank (which serves as an existing levee); environmental Impacts to the Green River have been avoided, Removal of trees. will be mitigated by replanting with a greater number of.trees, Vegetation will be replaced with native species, as conditioned. Chapter 3, Sectlon B.5, Flood Hazard Reduction, The proposal is consistent with the City's Flood Hazard Regulations (KCC 141.09), the flood insurance study for King County, and the City's Surface Water Utility Regulations (KCC 7,05), The Washington Department of Fish and Wildlife determined that a Hydraulic Project Approval will be required, Construction of the project shall comply with any HPA conditions. Due to the proposed levee's setback from the river (approximately 75% it will not further restrict natural channel movement or Impact vegetation on the river bank. The proposed levee has been designed by a Professional Engineer and is necessary to obtain FOMA certification for 1..00-year flood protection of businesses, i Page 8 of 13 I I I i I i Dedslon Document Hawley Road Levee Improvements NSMA-2010-2 #RPSP-2103213 homes and infrastructure in the Kent valley. Existing hydrological connections will not be impacted, • Chapter 3, Section 6,7, Public Access: Public access will be improved through this project by providing a Mew trail for pedestrians and bicyclists along Hawley Road to serve as the link between two sections of the Green River Trail., also providing access to Riverview Park and Foster Park, Hawley Road dead-ends where the Green River Trail resumes. Public views of the river from the new trail will not be Impacted. Only a small portion of Hawley Road will be raised and views from the adjacent parks will be maintained, I Chapter 3, Section 8.8, Shorelines of statewide Significance: '.... The Green River is a shoreline of Statewide Signiflcance because it Is a major resource that potentially benefits all people in the state. Accordingly, the Kent SMP implements the priorities set forth in RCW 90.58.020, which are as follows; a., Recognize and protect the statewide interest over local interest; - b. Preserve the natural character of the shoreline; C. Result in the long-term over short-term benefit; d. Protect the resources and ecology of the shoreline; e, Increase public access to publicly owned areas of the shoreline; f. Increase recreational opportunities for the public in the shoreline area. Statewide interests associated with the Green River and the proposed project have been protected by avoiding environmental impacts, enhancing vegetation, protecting endangered and threatened species, constructing a new separate trail and coordinating with the Muckleshoot Indian Tribe, Construction of the proposed levee is necessary to provide flood protection to businesses and residents In the Kent Valley; which Is a long-term benefit to Kent both physically and economically. The natural character, resources and ecology of the shoreline will be protected and preserved by constructing the levee away from the river and 1 avoiding disturbance of the riverbank, substrate and water. ® Chapter 3, Section 8.11; Vegetation Conservation; Removal of trees within shoreline jurisdiction has been minimized to the extent feasible by locating the proposed levee where the Page 9 of 13 I I i i Decision Document Hawley Road Levee Improvements #SMA-2010-2 $RPSP-2103213 fewest number of trees will be impacted. Approximately 5,600 square feet of trees, shrubs and grass will be removed as a result i of the proposed project. No disturbance of existing vegetation is planned along the bank slopes adjacent to the proposed levee. Unpaved areas disturbed during construction will be hydroseeded or replanted per the recommendations of the engineer certifying the levee. Native trees and shrubs will be. planted along Hawley Road to replace trees removed to construct the berm. The Conditional Use Permit has been. conditioned accordingly to ensure native trees and shrubs will be Used in the plantings, a Chapter 3, Section B.12, Water Quality,, Significant ecological impacts have been avoided by locating the proposed levee away from the river, behind the existing river bank. Proposed storrnwater measures are In compliance with the City's Surface Water Design Manual, which is consistent with state and .federal water quality regulations. The proposed use will not require application. of pesticides, herbicides or fertilizers. Chapter 4, Shoreline Modification Provisions, includes policies and regulations for each type of shoreline modification. levees are considered shoreline modifications because they "permanently change the physical configuration or quality of the shoreline, particularly at the point where land and water meet." Due to the permanence of levees; their direct relationship to river flows and processes, and their potential for significant:ecological impacts, the SMP states that dikes and levees shall only be authorized by Conditional Use Permit. Section G.7, Levees, outlines policies and regulations specific to construction of levees. The following regulations. within Chapter 4 section C.7 apply to the project and pertain to environmental protection and enhancement: Regulation 7 c.2: Dikes and levees shall protect the natural processes and resource values associated with streamways and deltas, including, but not limited to, wildllre habitat.. Regulation 7.c.9: Proper diversion of surface discharge shall he provided to maintain the integrity of the natural streams, wetlands, I !I and drainages, Regulation.7.c.9r Underground springs and aquifers shall be identified l and protected, Regulation 7 c.10: Where feasible, .the construction, repair, or reconstruction of dikes or levees shall Include environmentai restoration. The (Cent Restoration Plan accompanying this SMP i Page 10 or 13 i I i ! i I Decision Document Hawley Road Levee Improvements #SMA-2010-2 #RPSP-2103213 I provides guidance the City's Shoreline Administrator will use In determining the amount and type of restoration required. Planning services Comment: The proposed project meets the above regulations through application of the City of Kent Surface Water Design Manual and City of Kent Construction Standards, which require treatment and detention of stormwater runoff as well as best management practices through a Temporary Erosion and Sedimentation Control Plan and a Stormwater Pollution Prevention Plan, The project site Is not located in a floodway, and no known underground springs or aquifers have been identified on or near the subject site. One small wetland was identified within the project area, but the project proposal does not Include any direct impacts to this wetland. Any Impacts to the wetland buffer will require mitigation in accordance with Kent City Code 11,06. The. location or the proposed levee behind the existing levee and river bank, 75 feet back (and thus separated from the river) prevents any impacts to natural river processes or wildlife habitat. Removal of existing vegetation within the project area has been minimized to only that necessary for construction of the levee, Vegetation outside the construction area and along the river bank will not be impacted. Native shrubs will be planted to improve wildlife habitat. The following regulations within Chapter 4 Section C.7 pertain to levee design and public access: Regulation 7.c,1 r Dikes and levees shall be designed, constructed, and maintained in accordance with Washington State Department of Fish and Wildlife Hydraulic Project Approval, federal levee criteria, and in consideration of resource agency recommendations. Regulation 7 c,3r Dikes and levees shall be limited In size to the minimum height required to protect adjacent lands from the projected flood stage, I Regulation 7,c,4: Dikes and levees shall not be placed in the floodway, except for current deflectors necessary for protection of bridges and roads, i Regulation 7.c.5t Public access to shorelines should be an integral component of all levee improvement projects. Public access shall be provided in accordance with public access policies and regulations contained herein, New dikes or levees must not impede or diminish public access on the Green River Trail. Fisherman access should be combined with levee maintenance access, I Page 11 of 13 i Decision Document Hawley Road Levee Improvements #5MA-2010.2 #RPSP-2103213 Re nation 7,c,7: Dikes and levees shall be set back at convex {insldo) bends to allow streams to maintain point bars and .associated j aquatic habitat through normal accretion{ if feasible, Planning Services Comment; The proposed levee has been designed, to meet FEMA certification standards for 100-year flood protection. The Washington Department Of Fish and Wildlife determined that a Hydraulic Project; Approval will be required. Construction of the project shall comply with any HPA conditions, The location of the proposed levee behind the existing,levee :and river bank, 75 feet back (and thus separated from the river) prevents any impacts to natural river processes or wildlife habitat, Removal of existing vegetation within the project area has been minimized to only that necessary for construction of the levee.. Vegetation outside the construction area and along the river bank' will not be impacted, Native shrubs Will be planted to improve wildlife habitat. Public access will be Improved with the construction. of the new trail adjacent to the roadway. i The following policies and regulations Within Chapter 4 Section C.7 peita.in to flood hazard management; Policy 7,b,1 r Dikes and levees should be constructed or reconstructed only as part of a comprehensive Flood hazard reduction program, Reaulat/on 7,c.6: Dikes and levees shall only be authorized by Conditional Use permit and shall be consistent With the 2006 ling County Flood Hazard Management Plan, as amended, Planning Services Comment A Shoreline Conditional Use Permit application was submitted and reviewed by staff, A public hearing was held for the Shoreline Conditional Use on July 20, 2011 and a decision for approval was Issued by the Kent Hearing Examiner on August 3, 2011• The proposed project Is consistent with the 2006 King County Flood Hazard Management Plan, as discussed on pages 4 5 of this staff report. 5MP Chapter S 5horeltne Use Provisions Chapter 5, shoreline Use Provisions, Includes policies and regulations For each type of shoreline use. Specifically, section CJ, Recreational Development, applies to the recreational trail component of this proposal, The primary use of the proposed setback. levee is flood protection; which Is not identified as a use within Chapter 5, but is dealt with under the General Provisions in Chapter 3, within Section 13,5, Flood Hazard Reduction and River Corridor Management. Page 12 of 13 i I I Decision Document Hawley Road Levee Improvements #SMA-2010.2 #RPSP-2103213 Planning Services Comment Staff has reviewed the proposal and has determined that as conditioned, it is consistent with the SMP Chapter S regulations pertaining to recreational development as follows: Chapter 5, Section C.7, recreational Development: The proposed trail on top of the new levee will be located along Hawley Road and Is not displacing a water-oriented use, Ecological restoration will be provided via native tree and shrub replacement, Public access to the river is provided via the existing Green River i Trail, new trail link, and nearby Riverview Park and Foster Park. i V. DECISION, The Substantial Development Permit for the Hawley . Road Levee Improvements SMA-2010-2 / RPSP-2103213 is APPROVED, with the following conditions; 1. The applicant shall comply with the conditions of the Shoreline Conditional Use Permit (SMC 2010-2, RPP3-2103288). 2. The applicant shall comply with the conditions of the DNS issued for this project on June 16, 2011 (ENV-2010.29/KIVA#RPSA-2102961). 3, Should any phenomena of possible archaeological value be uncovered during site work, all work shall be stopped immediately, and a professional archaeologist shall inspect the site to ensure that all possible valuable archaeological data are properly salvaged or mapped, Approved this 5t1i day of August 2011 Charlene Anderson, AICP, Planning Manager This decision shall be final unless an appeal Is made. Persons aggrieved by the grant, dental, rescission or modification of a permit may file a request For review by the Shoreline Hearings i Board in accordance wlth the review process established by RCW 90.58.180 or as subsequently amended, and with the regulations of the Shoreline Hearings Board contained in Chapter 461- 08 WAC or as subsequently amended. The request for review must be filed with the Hearings Board within twenty-one (21) days of the date of filing, as defined in RCW 90,58.140(6), Per WAC 173-27-190, construction pursuant to this permit shall not begin and Is not authorized Unt[I twenty-one days from the date of filing as defined in RCW 90.58,140(6) and WAC 173-27-130, or until all review proceedings initiated within twenty-one days from the date of such fling have been terminated; except as provided in RCW 90.58.140(5)(a) and (b). lSH\mb:\S:\Permit\Plan\shoreline\2010\2103213_sma-2010-2_stfrpt.doc Page 13 of 13 I i 4 kk i 1 STATE. OF WASHINGTON DEPARTMENT OF ECOLOGY Northwest Regional Office ^3190 160th Avenue SE^ lJcl(cvue, INashingfot.90000-5452.a (423) r49-7000 September 7,2011 I Kelly Casteel City ofKeiit Engineering 220 4"Avenue South Kent, WA 98032 Re: City of Kent RPSP-2103213 &RPP3-2103288 -Approved i City of Kent Engineering -Applicant Shoreline Substantial Development Permit 753 Dear Kelly Casteel: On August 3,201.1,the Department of Ecology received notice that the City of Vent approved your application tot an SDP. Your permit is for Hawley Road Levee improvements along the Green River, Bylaw,local govenun s must review all SDPs for compliance with: ® The Shoreline Management Act(Chapter 90.58 RCW) - Ecology's Substantial Development Permit approval criteria(Chapter 173-27-150 WAC) The Kent Local Shoreline Master Program Local governments,after reviewing SDPs for compliance, are required to submit them to Ecology. Your approved SDP has been received by Ecology. I What Happens Next? Before you begin activities authorized by this permit, the law requires you wait at least 21 days Rom August 8, 2011,the "date of filing This waiting period allows anyone (including you) who disagrees with any aspect of this permit,to appeal the decision to the state Shorelines Hearings Board. You mustwait for the conclusion of an appeal before you can begin the activities authorized by this permit. The Shorelines Hearin gs Board will notify you by letter if they receive an appeal, We recommend you contact the Shorelines Hearings Board before you begin permit activities to ensure no appeal has been received. They can be reached at(360) 664-9160 or http://www.eho.wa.�o v( I I i Kelly Casteel September 7, 2011 3 of 4 If,you want to appeal this decision, you can find appeal instructions (Chapter 461-08 WAC) at the Shorelines Hearings Board website above. They are also posted on the website of the Washington State Legislature at http://anps.Ieg wa.aovhvac/default aspY?cite=461408, Other federal,state and local permits may be required in addition to this shoreline permit. If you have any questions about this letter,please contact Barbara Nightingale at (425) 649-4309. Sincerely; Barbara Nightingale,Regional Shorlin¢Planner Shorelands and Environmental Assistance Program cc: Granville Horn, City of Kent Engineering, Project Engineer i I I I I I i 1 c _ RIg.TypP. Tracking Number 6Betltrp®e @ /irks REFZ ? 0 �J �L Location AOO W Gowe.: Per II Name ® Mall to;2�20 4ih Avenue S.m I<e t,WA 98032-5895 � d L/� eZOO t,L $���� 2$3 s56-55b0 FAX 253 856-6500 ( � ( . ) Dale Submitl� �•r^ " * " www.cl.kent.wa.us/permitcenter COMPoUNITY -bEVELOPMENT 'Protected Review here Flood Zone a ® � ON ❑noutig SPermit Application FDN of Caples: Protect Name: t5N.\ � Zone: f ^1i��nL L'c+t`6t�L> '>t•=; v�t_.- Project Location; tT�id�ul i� Viz'�t t�5+ 03- ONSOk0C)tClt f�•�t . Parcel Number, \A-k Description of Orojecl.lutitSC Ttl is I`tr l t +e 1Cz {'dil\l `" r t L tat S l T1kL \00 -It"( n el dokr al:E_J i\t�t CAi-� I owher SECTION is General Provisions Name: ic' ( v t r�'t' (APPLICANT to read. and sign): Address - +dd 0v3s T r-fogJ iF. �}� 1..No work of any kind may start until a permit is Issued. City, t ;-ki ZI C>�t LJd;3 7,-- 9.The permit may be revoked If any false statements are Phone: 7r���'?.��ala '':��` _L7Cl made herein. Email 3.If revoked,all work must cease until permit is re-Issued. _ 4.Development shall not be used or occupied until contdactor a Certificate of Occupancy(Commercial)or Final Name: company: Inspection(Residential)Is Issued. Address: 6.The permit will expire if no work Is commenced within six months of Issuance. Cit : Zip: (See Construction Standards Section 1.15F) Phone: .. Fax: 6•Applicant Is hereby Informed that other permits may Contractor I,n.No: be required to fulfill local,slate,and federal regulatory Email: requirements. -.., 7.Applicant hereby gives consent to the Local Administrator ArchiteoVEngineel` or his/her representative to make reasonable Inspections Name: Com an : required to verity compliance. Address: B.THE APPLICANT,CERTIFIES THAT ALL STATEMENTS HEREIN AND IN ATTACHMENTS TO City: Zip: THIS APPLICATION ARE,TO THE REST OF MY Phone: Fax: KNOWLEDGE,TRUE AND ACCURATE. Llcenso No: . APPLICANT'S SIGNATURE Email. : 5 Contact — Company:Ci i•101.' Q,i`1 I -. Address: 4-oo y".L-' k- G.:;ub �1 , DATE: Clly: l tit':c' 710: 1?Vy0S!1 Phone; I Faxahi_'r--r7xJ 4�"E�/_i�;i I certify that I have road this application and derlare under } r penally or perjury that the information contained herein Is 1 correct and complete.I ant either the owner of the property -, •� described or I represent the owner or contractor as signified Surve+ or. above and am acting with the owner/contractor's full knowledge Name: Gt"`-1 Cr lt-Fsl- i and consent. Address: 406 {+L�,, 6c6t,, 1i Name(please, print) (,+ i City: t�ti\"t` ZIP• `ti,Q "L. ]` ° + ' signature ).),.d 4 r �,.cO(l " Phone: — r r Email: Date 1 rJ T f_�14� x-t •.>F �'Z;;' .% � y wHl-2 yNd2067•), /In%nS �Yl ni•�,+:''' t'' - , . i I I Flood Zone eirI it Application (Page 2 of 5) i SECTION 2: DESCRIPTION OF WORK (Check all applicable boxes): A.STRUCTURAL DEVELOPMENT AD-Tffila RTRUCTURETYPE ❑New Structure ❑Resldentlal(1-4 family) OAdditlon ❑Residential(More than 4 family) ❑Alteratlon ❑Non-residential (Floodproofing? CIYos) ❑Relocatlon OCombined Use(Residential a Commercial) ODemolition ®Manufactured(Mobile)Home(In Manufactured Homo Park?❑Yes) ❑Replacement ESTIMATED COST OF PROJECT$ �(( .l` MARKETVALUE OF EXISTING STRUCTURE$ 13,OTHER DEVELOPMENT ACTIVITIES '['Clearing L�FIII ❑Mining ❑Dulling O'Grading ❑Excavatlon.(Except for structural development checked above) ❑Watercourse altel'atlon(Including dredging and channel modifications) ❑Drainage Improvements(Including culvert work) Road,street or bridge construction ❑Subdivision (New or expansion) '. O lndlvldual water or sewer system 0Other(Please specify) I_1w�!\�Y {1�14`4r'v1 1:1iit1`"� i After completing SECTION 2,APPLICANT should submit form to the Local Administrator for review. SECTION 3: Floodplan Determination (To be completed by the Administrator): The proposed development Is located on FIRM Panel No, Dated i Watershed The Proposed Development: ❑Is NOT located in a Special Flood Hazard Area(Notify the applicant that the application review Is complete and NO FLOODPLAIN DEVELOPMENT PERMIT IS REQUIRED). ❑Is partially located in the Special Flood Hazard Area, but building/development Is NOT. i i i Flood Zone Permit Appl®caflon (page 3 of 9) Us located In a Special Flood Hazard Area FIRM zone .designation is i '100-Year'flood elevation at the site is; ft.NGVD (MSL) L]Unavallable ®Substantlal improvement=Estimated CosA(50%) ElYes®No Market Value(250%) i GIs located in 1ho tloodway. FBFM Panel.No, Dated (If different front the FIRM panel and date) i LlSee section 4 for additfonal Instructions, SIGNED: . . SATE: SECTION 4-Additional Information Requited (To be completed by the Administrator): The applicant must submit the documents checked below before the application can be processed: LIA site plan showing the location of all extsting structures,water bodies,adjacent roads, lot dimensions, and proposer)development, ElDevelopmont plans,drawn to scale,and specifications,Including where appifoable:details for anchoring structures, proposed elevation of lowest floor(Including basement), proposed elevation of crawl space, p'0 elevation of lowest adjacent es of water-resistant materials used below the first floor, i posed 1 ..eni grade, typos details of floodproofing of utilities located below the first floor,and details of enclosures below tho first floor. Also, j I OSubdlvislon or other development plans,(If the Subdivision or other development exceeds 50 lots or 5 acres, whichever Is the lesser, the applicant must provide '100-year'flood elevations If they are not otherwise I available). ❑Plans showing the extent of watercourse relocation and/or landform alterations. ❑Change In water elevation(in feet) _ Meets ordinance limits on elevation increases (—JYes ®No nTop of new compacted fill elevation_ _it.NGVD (MSL). LIFloodproofing protection level(non-residential only _ft..NGVD (MSL), For fleodproofed structures,applicant must attach certification from registered engineer or architect II Ili j Permit Application 4 of B) ❑Certlfication from a registered engineer that the proposed activity In a regulatory floodway will not result In a"n Increase In the height of the"100-year'flood.A copy of all data and hydraulic calculations supporting this finding must also be submitted. ❑ether: ! I SECTION 5: Permit Determination (To be completed by the Administrator): I have determined that the proposed activity:A.❑Is B,❑Is not In conformance with provisions of City Code# 20.The permit Is Issued subject to the conditions attached to and made part of this permit. SIGNED: DATE: If box A is checked,the Local Administrator may issue a Development Permit upon payment of designated fee. If box B Is checked,the Local Administrator will provide a written summary of deficiencies.Applicant may revise and resubmit an application to the Local Administrator or may request a hearing from Board of Appeals. Application# APPEALS: Appealed to Board of Appeals? ❑Yes ❑No Hearing date:_ Appeals Board Decision-Approved? L]Yes ❑No I Reasons Conditions: SECTION 6: Permit Determination (To be submitted by APPLICANT before Certification of Compliance is issued): The following information muss be provided for structures that are part of this application,This section must be compieled by a registered professional engineer or a licensed land surveyor(or attach a ceriificalion to this application).Complete 1 and 2 below. 1.Actual (As-Built) Elevation of the top of the lowest floor, including basemont(in Coastal High Hazard Areas, bottom of lowest horizontal structural member of the lowest floor, excluding piling(s) and columns)Is: ft. NGVD (MSL). 2.Actual (As-Built) Elevation of floodproofing protection is ft.NGVD(MSL). I I Flood Zone Permit ApplecatI1®H (page 5 of 5) I SECTION 7:Compliance Action(To be completed by Local Administfatoi): I The LOCAL ADMINISTRATOR will complete this section as applicable based on inspection of the project to ensure compllance with the community's local law for flood damage prevention, i NSPECTIONS DATE: _ BY. - DEFICIENCIES? ®Yes ®No DATE: BY DEFICIENCIES? ®Yes UNo DATE;_ -BY DEFICIENCIES? UYes QNo SECTION S: Certificate of Compliance (To be. completed by Local Administrator):. Certlficale of Compliance Issued: DATE: BY I I III I I I I I Y il J I x! / F uert f• X `°V i � y hj GREEN i t CI OTIL ^ ! u PROJECIr � l / apt `Y�� 1\ � " � �a� [ �,. f I I.L__�I � li..®4a✓L*��L1�4`F3 ', a •� .� F swam sr t � _w p - r rim VICINITY MAP Sv" , ,; SIM NOl' TO SCALE GFO( O P - , ,) tF ��"'� t: ' •ahir4 � i ��b i ;. t( i � 'C t tl F : �) .,j ( �T,�,s f,�' z.``3 I�e b' i 'Al r Y L91.21S '-7 c` SRI t- t ii' sue' L 1 g VA r rf F� YtYr�i a t 1�$("x`' V��0yjy�. ..F.rr. +�YX 4 v In 'v -W,n�UO�♦3U{l{sf3M��, � . - `� '�� '�'n �Az,�•�SMH�21>n a elU� �=Ti' - vo saw tz MOP In go d�'�---+��"� \t �� Ulf y� Lzz, $i� r •' � ��5 � r '� tf ��. �Yy�,>?-� x t dui �= �- �� eqi;' 3 � ��4�,•� } a �' , r OWT{ I SECURITY FENCE AND GATE PHOTOS North End of Gate Opening - 8 photos South End of Gate Opening - 19 photos Gate photo - 1 �I 'I i Hawley Rd. Levee Improvements Ph 2/Horn A - 4 July 10, 2013 Project Number: 10-3010.5