Loading...
HomeMy WebLinkAboutPW14-118 - Original - Tapani, Inc. - Briscoe-Desimone Levee Improvements Reach 2 & 3 - 01/30/2014 ��. Records Man:ageme`nt �� KENT Document Wnegiearon 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. Vendor Name: Tapani, Inc. Vendor Number: JD Edwards Number Contract Number: This is assigned by City Clerk's Office Project Name: Briscoe-Desimone Levee Improvements Reach 2 & 3 Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's Signature Termination Date: 200 Working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Ken Langholz Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of construction of a secondary levee floodwall landward of the Briscoe Levee adjacent to the Green River between S. 188th St. and S. VMth St. The floodwall will consist of driven sheet piles and reinforced concrete and will be approximately 3,177 feet long. This project will also include excavation of approximately 32,000 cubic yards of soil on the riverside of the levee to construct a vegetated bench, landscaping, approximately 1,700 tons of asphalt pavement for levee trail and parking lot reconstruction and two cement concrete retaining walls_ I S:Public\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 it �yJ �' cv r e t i y 3 r its xf ? # t €,J # rsx hiC✓, a wr it"�r� tf 'x 5` ., r 3t=. ;? .:, i {�, £ l� ✓i„S e r f kr Pf .>'rj? a,4 x:' x L s"s r"u G 'fix v'o- r,#, zy rr z' „mE"i;/ � xr✓ rf' yssssr X3 t is-a�. s k�Y x«� t�,y�✓ '} J f ,{�'� ?"`� s t'�j rrasLz £L is rl�x r s *`ri IX, �tj�f 3 t r t e�nx x `tar X M '.aF e r� e�e -r �',';, �xyY t a.'ii ,,}f, r cd F..: z k, rtiw"';M �s �a1 h"'w *5 Y 3x�"sr � }y�+' 7 ,�n� Y x„ F}.��>t��E +}x:� # y4 # `'a y�S,.vs i:,�'a fX : t rFd �men'xs '`f• Fie m s,v.x �w 4.=z» g"'�' f r rz,.ytri is ��.?ri`�'"Jfs#'�•,,e a3y� ��y°'s`"'v�,>� 4''`� ,},*'�g�-r€, 4. fa as ( £t&,i 8r#,���r'�'.d`2�?*r:v��..��tt'x.2�t S�s-�;��'xir' u'��? r��` r"�,*m�.s m�'�",yc''.� `„J;:e t'�'&=b<?x e.'n,.. �"" 'N S��'r.^2. �`r�-z"�v�.`�,t r�';z,-`� k #s#w� `4"a.�,� �zF� ata���+z �zy,��fv�`�at,�,s•.+; <sr"}� i,�'st'r�°?� ri's xs,4.-a�r> arz �� ?"z}�" rd�:�r�1 ���x��s��k'ta�'�"��: r�� ?.`�'.� §�*n sit s'° x4 ,s= #,`Na xh t �4rx "��r a" 'u�"x5"�r.- .o-q'm z"# K,. f r4;"'#u'..,4`,�� � 'may r�y i,.fi.� �, 3�t rr-k"t' �,xC��>< a ptr}�,�.x• �°4 a} r r cry'' i t' �m Rx Mr ^�� Sc tr€��:M��t `#Xr$ 3""r"u ti `" nr.'�'-}.f�,� k>� fx,'r✓€ :zxr�er 'r � -t x{y{y i {�.' �"# �?` rc"B 3 x n yrs.�z�. r. ''F�* Q t�;tkiT`r3'ra5 y�.z ,� 'Y'Y 'S. tL- "xi s '�+ "z: -v' S �`n M d'%3✓ z`3 'fig° s x� "�k f+,. 3'��1 f sN rs f� �x�`h` Ya q} } =" rwa �t x a { x.a ->�* �f i£' * ";' S.'. 2 ,Sr'.., Irv• "fii°Fs;k Y'st re. 'p t x,xs �a £" a',e' a h�" .t? P�. »f ir, SN*^ =•tI 'tsyat�r '`} '�`�" 'S% sh: k,€ P.y}S"j.#�ka ,Ki { FFtlti ti ✓I fl #+% k.'a°'iy i".t`nY W�:rxry�rfi 5� k�.y.� x,3dK2` 3 L'3£`'}X^^F'"I:1. Sr{t yey a'..,t� F4v TtA kit 'Li'���v£3 x'i,r'h"�"rr3 ,t�:.,a#{�r{� '#�£ Ti j(.({}i`rF3/ S F'S�si 4u'4 Y mxv'4e T✓ 9 v #*"`4 '-'k6 YP,.N'Y5 y-X�tY �£�4� �'k.}P'i*Y.4'^u��A}E Y�£�3; .4 ir� �{`,�� `4fX9* }�f 3N' mf' �,.} c.Y,k€Y th. h t �:Tr x a c" f' '€. tx�P 8�,g &!* X*s avya� f`R �" x„, "ny a�.,✓"i s`k� a if r` F}`X`e�r,e�t#,+ zrt� '���>f �€�: �< 1�� �xf �vr E` er 'F.r�Ssd"{ � � �' a Sx a �k Atie'�' r}'`i '=,�4 .�µ}�E,i^F .., 'sx•'j",. � �';!f ''kr"X i4«+�"}h��tY;ErE xt .:=s"k :' s X, t 5 U ri tsn' y x } } r rf 1 «+iyStSF,ik i�'„"ss ,✓'';t t�� �+�F .4s.. >4.* 4 z. ss.rt;. t. w s.t:rcda -: v*'^• x`a:. �'Nn rs: x�}"a .., C Yko E.k.t � 'y-4:;�5 �v�.x_,„r� 'r• :, •k.�x z wr � zf v s'i`, to S r {r�x2F yx .r }. ,}�. ��1�,. M � �,,� *y *.✓., n -r� ✓ U,. p a S; ': Y 9 s,5r Y s � � '+" � k. �' rk ?lay 4"� 1 ' x" a fT 7 ',+•- ^�":'k x " €`` ris r 4 = _ 4,#". ._ °u r"l' F ,,,r, �. s � t ..x1;f t 4 �";s. +d ���rf r'i�°��.�mr`*s rF�`;: ' X +�'T ✓' � tfi p , �'� ,s,. �,u s �'"'e r , t n Ax ,}x` t. d h r t r 4 w t yri '•r a,n, us t -z �F ; ,,,.,„rar ,.4 x tz ��� * ''(w :: �a .t€ y,'F;¢"M p,t rE x, :fltFY e ua'ty �:�.i v x5�t,.".;€�, - ,��, ,*t�;}r"rx ,{> Y:$ 4 k,x ,§s 4 fr-'�` x c'x.,g' `,'i•�n 'r n~t'Wro,. �� m,u ` � 7�.,t'.w ml`�S°eq" S ,5:. "' 5S�f'x'� 'f}v LF ,r}^F`k,',q,. f�` � t p. ri:`rr, N Y 'lk Y+£yy r�j xwt�'�,Y h r✓w xE tF'�r n r<'"�,F �.s f° *s i ix as :�'� J x�' , 4 !r rt+ a mz vr. , a✓x=.x,S `fit"' •Y= av aAtF% i n `'-�Y:'v Y s�.,ri '>t s ,ae s t`� i'tom; _? } #xY^s *{i,s ,x S'q �,#r R.glxt�aay '�w`5 v .yam y o- � "x„�(.s'r x'*k'sN i„ti yz t` �. ".t t ': ad �$rF> 4.L>kt`t'wAT`" ?x'aa`'��4r#� k a t7"`�'«"{ .'$ ay t � ^t .. +rA^e,.-� dxs' f � r��€>�r:""{A�t,.✓r, ka1 �,. c Sf �``s`r x#* du i �?.ri. `arty i ♦ a i 3;,k+ � � is 4 €`€y dux F� ! of t i'S.r.L`sa m x�(t`"Y it 8 x � I �4 z �S s xr`a>F14. .S�x t� �� �R 43, `x`.' djy#pif,f.fanim tia��r, -v aMs�� '�+[`.#"`ry '�ttF ic..";tr> r mf : ;r,�i4 �§�fs�v�``yz... �#�r :rx r "py,rv'f%s" S,kY k f✓m'4 'sc�� x�,z p��€PA�j€.-$Ax#3' s e"*'=x B'$n"' "szv,:t }r$�S*{ ', rt: 'sr Yz'vkty.5uu kT d� � s"FFPy.�v� :. i'YM+3,.i 5r� °wt k",f„cr w.5�} �; n� Aay a�"Y.&"F`d yt ri frt rx,,:•f-f, t�starank .y{{+`�:t Sa�Y r„hF R{ #t'�:-� �Y� �r�:"�v �t .�.;r`.�p�e u"r!� fi ti'e�'`zt''`r"'r C'>'��r"k��s'"8 <x;����'��'�1 rs� #�yy"�f`�•S"k a'^'.:.i.�v ,''�.5. ;, `�+s 1;t +te1'is sx'i A ,�m rT � c�.sr 1".� v # ' Cx'•e�#� � r`+a��>,�xFrr"w„„n at { zf`� <Y : '`rir E r ,# e_�, h 3.c �'4"+ €a=}.M sp`s-�=t4 �M �^5• S �"r;'S4�snk�4Si¥r. 'h�§- a ��45^5 d,� `ti 6 t x, �, y t<vw.`-'? ``# i 2 � i' .� r a c u .v s a ?N .r:°-t ~: r.;a.. v„„,, *•.} a 'g^„ ,x.^< t wa �C� ''`^��xww'N'''�a� :` mt 3gr*r'x.`r�'`t"�''n �" aFi�,+"i x, ,# < "a3S x�;L. F#i `y3`",S ?`yr}'n rr T� s. '+,y 7 tiq r x 7X�u_k1 y`'x ����,* �9�„S-.-R'i ya ✓�t�{,.�} c�,y�*<:. c;$;t "4x?,#rt$;tsY&k' d Fr";�hrL':*Y�" "sr. :`'t,� r "s[� s�.h�*. a '�`7' ,��1 s`,� k ''z o}�`-i'g`ry .' � �i sw,� C � } y�.`'i•` r K arkf {' x? �� `�,` t`j�^{` i 'i�tr?5 st i b��x, x6 "Y""i�e;V�" s f, n� ���1""r<}-� � ,sa�ai'5 ,��'Y�k"`t;+�, Kn' Fx '} r�t.� `4.fIM �Yy�;t F {i �r$rtw't,hk utx°',�v« €*'+"+s`+F,�x,}F u�4�4•�' €t>t s.y€.s.'' �4��ts}�'tyf"'z �„-s ``*,x q: ` �'�'�§_ �.§'• rv'm 'S m r Yr rit ilk L� `=f ii xe iF Pz�Sa.ax$'T s z,,Sn.a a�t.'sEy���xa�R.y V:',ki°°rt?5- £ C�q�'�`ds € �'�� %3`+ta �, r-rx'3 : �`s » � €S Er s r�➢f'' J ++ s a � € .rr s^; C �-' �'-� lx '{ { +a v^a,3`� ayx;f ', +- £ss� �x&� _ '� t`*�eh�,`.�! y�6 q �;' 'S z,�k ssXz�} r� iYm .xax v_fir$ YMw� #t`er xr, °u,'"'F''� ,h xs �n *r°y"''x-"r s�a`',x..`.✓ ,fys r'"'�fn 's 5 ' �; ,vQ n r 'xrs -5x ImeF rx rn arts yF�,"i �>A`s�€++.,e« M1a xx`=ti T,yt a* a�2zt<r. r u, x 5 t"£6`" Sa����" f t� `�`�-' v LV M'x ny � �'S r 4Y 'n t �s .St b ,xd€� "'S'Ft '�� xt'�=3 x E1M .�s #F�r Wu w✓`"si�r ` '' h.� {{ �` N„£.x,tf{3My��1 t '--S,a G��,# Msv:'a F~; w°cr 5 ,,n,,^^*r: »^rt? v i c ex ,,((e Y J+.x.��t r �s `war � a F s a• « � ' s:� :R'- "s Yi?t F Fyp m u' f Ff S' ^s / z}#` r 4 r�s� � ' 1, PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. Public Works Director 400 West Gowe Kent, WA 98032 ® Fax: 253-856-6500 TIT PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON Briscoe-Desimone Levee Improvements Reach 2 RM 15.44 to 15.57 and Reach 3 RM 15.98 to 16.36 Project Number: 09-3010 ADDENDUM No. 1 January 61 2014 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH I - BIDDER'S DOCUMENTS The following changes are included in the enclosed replacement pages of the Bidder's Document. Bidders must use the replacement pages of the Bidder's Document. REACH 2 SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1060 2-03.5 7,200 Levee Excavation Including $ $ * W DGT CU YDS Haul and Disposal Per CY KSP 1325 8-15.5 1,000 Quarry Spalls, Including $ $ * WSDOT TONS Removal Per TON & KSP 0 m c Y 3 3 3 MAYOR SUZERE COOKF.I,-.r ,, >.n--.- �_ . .. ,. ., ,z •r.., REACH 2 SCHEDULE VIII — LANDSCAPING ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 8035 8-02.5 1210 PSIPE Pseudotsuga menziesii $ $ * KSP EACH (Douglas Fir) 5 gal Per EA 8040 8-02.5 9 7 PSIPE Thuja plicata $ $ * KSP EACH (Western Red Cedar) 5 gal Per EA 8045 8-02.5 14 9 PSIPE Picea sitchensis $ $ * KSP EACH (Sitka Spruce) 5 gal Per EA 8055 8-02.5 1312 PSIPE Fraxinus latifolia $ $ ;k KSP EACH (Oregon Ash) 2 gal Per EA 8065 8-02.5 8 7 PSIPE Prunus emarginata $ $ k KSP EACH (Bitter Cherry) 2 gal Per EA 8070 8-02.5 2-M 190 PSIPE Cornus sericea $ $ * KSP EACH (Red Osier Dogwood) 1 gal Per EA 8075 8-02.5 -1-0-3 83 PSIPE Physocarpus capitatus $ $ * KSP EACH (Pacific Ninebark) 1 gal Per EA 8080 8-02.5 3833 PSIPE Lonicera 2nvolucrate $ $ y� KSP EACH (Black Twinberry) 1 gal Per EA 8085 8-02.5 7-5 54 PSIPE Mahonia aquifolium $ $ * KSP EACH (Tall Oregon Grape) 1 gal Per EA 2 REACH 2 SCHEDULE VIII — LANDSCAPING ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 8090 8-02.5 3-4 361 PSIPE Rosa pisocarpa $ $ * KSP EACH (Swamp Rose) 1 gal Per EA 8095 8-02.5 364341 PSIPE Symphoricarpos albus $ $ * KSP EACH (Showberry) 1 gal Per EA 8100 8-02.5 332 310 PSIPE Ribes sanguineum $ $ * KSP EACH (Red Flowering Currant) i gal Per EA 8115 8-02.5 3021 PSIPE Populus trichocarpa $ $ KSP EACH SSP. Trichocarpa Per EA (Black Cottonwood) 6' live cutting, 6"diameter maximum 8120 8-02.5 37 11 PSIPE Malus fusca $ $ * KSP EACH (Pacific Crabapple) 2 gal Per EA 8125 8-02.5 93 68 PSIPE Ceanothus sanguineum $ $ y� KSP EACH (Red Stem Ceanothus) 1 gal Per EA 8130 8-02.5 3-3 38 PSIPE Holodiscus discolor $ $ KSP EACH (Oceanspray) 1 gal Per EA 8135 8-02,5 -77 55 PSIPE Philadelphus Iewisii $ $ * KSP EACH (Mock Orange) 1 gal Per EA 8140 8-02.5 1-6 14 PSIPE Acer circinatum $ $ KSP EACH (Vine Maple) 1 gal Per EA 3 REACH 2 SCHEDULE VIII - LANDSCAPING ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 8145 8-02.5 2-58 261 PSIPE Rubus spectabilis $ $ * KSP EACH (Salmonberry) 1 gal Per EA 8150 8-02.5 2-28 238 PSIPE Rubus parviflora $ $ * KSP EACH (Thimbleberry) 1 gal Per EA 8155 8-02.5 239 246 PSIPE Rosa nutkana $ $ * KSP EACH (Nootka Rose) 1 gal Per EA REACH 3 SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1060 2-03.5 18,300 Levee Excavation Including $ $ y� WSDGT CU YDS Haul and Disposal Per CY KSP 1325 8-15.5 1,000 Quarry Spalls, Including $ $ * WSDOT TONS Removal Per TON �c KSP REACH 3 SCHEDULE VI - STRUCTURAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO, NO. QUANTITY _ PRI_CE AMOUNT 6008 6-20.5 --S 330 Sheet Pile Paint $ $ * KSP 18,000 Per SF SQ FT II - KENT SPECIAL PROVISIONS Page 1-8 ® Section 1-04.9 _ Use of Private Properties REVISE the second paragraph as follows; 4 The City is obtaff d 9 has obtained a 65' wide temporary construction easement on tax lot 7888800140 for access, staging and storage. See Section 1-07.24 of the Kent Special Provisions. Page 1-25 - Section 1-07.23(4) - High Water Events ADD the following item 6: 6. Also see Section 1-08.6 of the Kent Special Provisions regarding high flows. Page 1-26 - Section 1-07.24 - Rights of Way DELETE the following property listed under Right of way not obtained: 820 c GlaeieF CN >�J�TCfCfGr mac. I Page 2-8 - Section 2-03.5 - Payment ADD the following to the end of this section: Payment for Levee Excavation Including Haul and Disposal shall be in accordance with WSDOT 2-03.5 for Roadway Excavation Including Haul. Page 6-4 - Section 6-02.3(14)C - Pigmented Sealer for Concrete Surfaces DELETE the first sentence of paragraph: he-apff&yed-#FBduBt, r z{9re WSD T-Qtf,�- fedtFetz, e ,itterr The color of the pigmented sealer shall be Mushroom Cream by Rodda Paint. Page 6-6 - Section 6-07.3(9)8 - Paint Color ADD the following heading prior to this section: 6-07 Painting Page 6-16 - Section 6-20.5 - Payment REVISE the fourth paragraph as follows: The unit contract price per square foot for "Sheet Pile Paint" shall be considered complete compensation for all materials, labor, tools and equipment required to install sheet pile paint in accordance with WSDOT Standard Specification Section 6- 07 on the sheet piles as shown on the plans, specifications and as directed by the Engineer. Also see Section 6-07.3(9)8 of the Kent Special Provisions for paint color. 5 Pages 8-16 and 8-17 - Section 8-12.5 - Payment REVISE this section as follows: "Remove 'e » per !'near foot iper linear fe0t. "Remove and Restore Fence", per linear foot. '"Instal' -y N.. r » " I'i iea r f ,. —n . �vee ' "T all "ew Gha I '",li Ce g" per linear foe Page 8-18 - Section 8-15.3(6) - Quarry Spalls DELETE the following paragraph: Quarry spalls Fflay be used to eeigstFuct a cap bearr,--I„e quarrt-a�l ,ace and the trail seetion p• ADD the following paragraph: Quarry spalls may be used to construct a temporary working platform for the wall construction. No quarry Spalls will be allowed to remain in the levee section below the bottom of the cap beam. The Contractor shall remove the quarry Spalls and either haul them to an approved off-site disposal area or place them in the trail section below the crushed surfacing and above the bottom of the cap beam. Page 8-18 - Section 8-18.5 - Payment SUPPLEMENT the Standard Specifications Section 8-18,5 for Quarry Spalls by adding the following: Disposal of quarry spalls at an approved location shall be included in the cost per ton. Page 8-28 - Section 8-32.3 - construction Requirements DELETE the fourth paragraph: _r�r-fae�l�e x p o se u �t finish ctFie—,beetPk-wall-c�aiE�nlg- Page 8-29 - Section 8-33.2(1) - Materials REVISE the 5th line as follows: Pigmented Sealer Section 9-08.3 Wash fey Mushroom Cream 6 IV - PLANS Plan sheet 3 of 47: DELETE the Construction Notes and REPLACE with the attached Construction Notes. Plan sheet S4, Handrail End Section Detail 5: ADD the following note: If the total length of the last 2 sections is between 8 feet and 12 feet make 2 even spaces, or as directed by the Engineer. END OF ADDENDUM No. 1 Chad Bieren, P.E. Date City Engineer Attachments: Bidder's Document: pages 6, 8, 14, 15, 16, 17, 19, 21, 24 Plan Sheet 3 of 47 Construction Notes i 7 REACH 2 SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. UANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ $ WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $ $ WSDOT LUMP SUM Per LS 1010 2-02.5 2,160 Remove Existing Asphalt $ $ * KSP SQ YDS Concrete Pavement Per SY 1045 8-21.5 1 Removal of Signs $ $ KSP LUMP SUM Per LS 1050 2-02.5 50 Saw Cut Existing Asphalt $ $ K KSP LN FT Concrete Pavement Per LF 1060 2-03.5 7,200 Levee Excavation Including $ $ k_ WSBBT CU YDS Haul and Disposal Per CY KSP 1065 2-03,5 200 Unsuitable Foundation $ $ yF WSDOT CU YDS Excavation Including Haul Per CY 1076 4-05.5 400 Imported Levee Embankment $ $ j KSP TONS Fill, Including Haul and Per TON Compaction ($2.50 Min) _ 1077 4-05.5 2,000 Levee Excavation and $ $ KSP CU YDS Embankment, Including Haul Per CY and Compaction * 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. Briscoe-Desimone Levee Reach 2 & 3/Langholz 6 January 6, 2014 Project Number: 09-3010 ADDENDUM REACH 2 SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1325 8-15.5 1,000 Quarry Spalls Including $ $ * WSDOT TONS Removal Per TON & KSP 1326 8-15.5 270 Rock for Erosion and Scour $ $ * KSP TONS Protection, Class A Per TON 1327 2-12.5 450 Construction Geosynthetic for $ $ * KSP SQ YDS Permanent Erosion Control Per SY 1355 1-04,4(i) 1 Minor Changes $10,000.00* $10,000.00 WSDOT CALC Per CALC *Common price to all bidders * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Schedule I Total $ i Briscoe-Deslmone Levee Reach 2 & 3/1-angholz 8 January 6, 2014 Project Number: 09-3010 ADDENDUM REACH 2 SCHEDULE VIII - LANDSCAPING ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 8005 8-02.5 290 Topsoil Type A $ $ * KSP CU YDS Per CY ill 8010 8 02.5 1,500 Sod Installation $ $ * WSDOT SQ YDS Per SY 8015 8-02.5 125 Arborist Mulch $ $ * KSP CU YDS Per CY 8020 8-02.5 410 Fine Compost $ $ * WSDOT CU YDS Per CY 8025 8-01.5 6,000 Jute Matting $ $ * KSP SQ YDS Per SY 8030 8-03.5 1 Irrigation System $ $ KSP LUMP SUM Per LS 8035 8-02.5 1-2 10 PSIPE Pseudotsuga menziesii $ $ yF KSP EACH (Douglas Fir) 5 gal Per EA 8040 8-02.5 97 PSIPE Thuja plicata $ $ KSP EACH (Western Red Cedar) 5 gal Per EA 8045 8-02.5 149 PSIPE Picea sitchensis $ $ KSP EACH (Sitka Spruce) 5 gal 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, Briscoe-Desimone Levee Reach 2 & 3/Langholz 14 January 6, 2014 Project Number: 09-3010 ADDENDUM 1 REACH 2 SCHEDULE VIII - LANDSCAPING ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO. QUANTITY PRICE AMOUNT 8050 8-02.5 14 PSIPE Acer macrophyllum $ $ * KSP EACH (Bigleaf Maple) 5 gal Per EA 8055 8-02.5 4312 PSIPE Fraxinus latifolia $ $ * KSP EACH (Oregon Ash) 2 gal Per EA - I 8060 8-02.5 12 PSIPE Rhamnus purshiana $ $ * KSP EACH (Cascara) 2 gal Per EA 8065 8-02.5 8 7 PSIPE Prunus emarginata $ $ * KSP EACH (Bitter Cherry) 2 gal Per EA I 8070 8-02.5 2-20 190 PSIPE Cornus sericea $ $ KSP EACH (Red Osier Dogwood) 1 gal Per EA _ I 8075 8-02.5 -10-3 88 PSIPE Physocarpus capitatus $ $ KSP EACH (Pacific Ninebark) 1 gal Per EA 8080 8-02.5 38 33 PSIPE Lonicera nvolucrate $ $ KSP EACH (Black Twinberry) 1 gal Per EA 8085 8-02.5 7-5 .54 PSIPE Mahonia aquifolium $ $ KSP EACH (Tall Oregon Grape) 1 gal Per EA 8090 8-02.5 374 361 PSIPE Rosa pisocarpa $ $ * I(SP EACH (Swamp Rose) 1 gal 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. Briscoe-Desimone Levee Reach 2 & 3/Langholz 15 January 6, 2014 Project Number: 09-3010 ADDENDUMI REACH 2 SCHEDULE VIII - LANDSCAPING ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 8095 8-02.5 364 341 PSIPE Symphoricarpos albus $ $ * KSP EACH (Snowberry) 1 gal Per EA 8100 8-02.5 832 310 PSIPE Ribes sanguineum $ $ * KSP EACH (Red Flowering Currant) 1 gal Per EA 8105 8-02.5 9 PSIPE Salix lucida $ $ * KSP EACH (Pacific Willow) 6' live cutting, Per EA 6" diameter maximum 8110 8-02.5 9 PSIPE Salix sitchensis $ $ * KSP EACH (Sitka Willow) 6' live cutting, Per EA 6" diameter maximum 8115 8-02.5 3021 PSIPE Populus trichocarpa $ $ KSP EACH SSP, Trichocarpa Per EA (Black Cottonwood) 6' live cutting, 6" diameter maximum 8120 8-02.5 -1-7 11 PSIPE Malus fusca $ $ * KSP EACH (Pacific Crabapple) 2 gal Per EA 8125 8-02.5 9363 PSIPE Ceanothus sanguineum $ $ KSP EACH (Red Stem Ceanothus) 1 gal Per EA 8130 8-02.5 5338 PSIPE Holodiscus discolor $ $ y� KSP EACH (Oceanspray) 1 gal Per EA 8135 8-02.5 -77 55 PSIPE Philadelphus lewisii $ $ KSP EACH (Mock Orange) 1 gal 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. Briscoe-Desimone Levee Reach 2 & 3/1-angholz 16 January 6, 2014 Project Number: 09-3010 ADDENDUM j REACH 2 SCHEDULE VIII — LANDSCAPING ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 8140 8-02.5 1614 PSIPE Acer circinatum $ $ * KSP EACH (Vine Maple) 1 gal Per EA 8145 8-02.5 238 261 PSIPE Rubus spectabilis $ $ * KSP EACH (Salmonberry) 1 gal Per EA 8150 8-02.5 228 238 PSIPE Rubus parviflora $ $ * KSP EACH (Thimbleberry) 1 gal Per EA 8155 8-02.5 239 246 PSIPE Rosa nutkana $ $ * KSP EACH (Nootka Rose) 1 gal Per EA * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Schedule VIII Total $ 8rlscoe-Desimone Levee Reach 2 &3/1-angholz 17 January 6, 2014 Project Number: 09-3010 ADDENDUM REACH 3 SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 1030 2-02.5 400 Remove Cement Concrete $ $ KSP LN FT Extruded Curb PerLF 1045 8-21.5 1 Removal of Signs $ $ KSP LUMP SUM Per LS 1050 2-02.5 350 Saw Cut Existing Asphalt $ $ * KSP LN FT Concrete Pavement Per LF 1060 2-03.5 18,300 Levee Excavation Including $ $ * WSDO CU YDS Haul and Disposal Per CY KSP 1065 2-03.5 200 Unsuitable Foundation $ $ * WSDOT CU YDS Excavation Including Haul Per CY 1075 4-03.5 5,130 Gravel Borrow, Including Haul $ $ KSP TONS and Compaction Per TON ($2.50 Min) 1076 4-05.5 1,000 Imported Levee Embankment $ $ KSP TONS Fill, Including Haul and Per TON Compaction ($2.50 1077 4-05.5 4,700 Levee Excavation and $ $ KSP CU YDS Embankment, Including Haul Per CY and Compaction 1080 4-04.5 2,200 Crushed Surfacing Top $ $ yF KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 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. Briscoe-Desimone Levee Reach 2 &3/Langholz 19 January 6, 2014 Project Number: 09-3010 ADDENDUM 1 REACH 3 SCHEDULE I — LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1315 8-28.5 5 Pothole Utilities $ $ KSP EACH Per EA 1320 8-30.5 3 Project Sign Installation $ $ * KSP EACH Per EA 1325 8-15.5 2,600 Quarry Spalls Including $ $ * WSDOT TONS Removal Per TON & KSP 1326 8-15.5 300 Rock for Erosion and Scour $ $ KSP TONS Protection, Class A Per TON 1327 2-12.5 525 Construction Geosynthetic for $ $ * KSP SQ YDS Permanent Erosion Control Per SY . 1355 1-04.4(1) 1 Minor Changes $20,000.00* $20,000,00 WSDOT CALC Per CALC *Common price to all bidders 1360 8-03.5 1 Existing Irrigation Systems $3,000.00* $3,000.00 KSP FORCE Removal and Modifications Per FA ACCOUNT *Common price to all bidders * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price, Schedule I Total $-- Briscoe-Des!mone Levee Reach 2 &3/Langholz 21 January 6, 2014 Project Number: 09-3010 ADDENDUM REACH 3 SCHEDULE VI - STRUCTURAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 6000 2-09.5 1 Shoring or Extra Excavation, $ $ WSDOT LUMP SUM Class A Per LS 6005 6-20.5 89,000 Sheet Piling - Wall Type A $ $ k KSP SQ FT (AZ19-700) Per SF 6008 6-20.5 r-330 Sheet Pile Paint $ $ * KSP 18,000 Per SF SQ FT 6010 8-33.5 2,294 Concrete Cap Beam $ $ * KSP LN FT PerLF 6015 8-34.5 2,233 Concrete Barrier $ $ * KSP LN FT Per LF 6025 6-06.5 2,359 Handrail $ $ * KSP LN FT PerLF 6030 8-26.5 1 Floodgate $ $ KSP LUMP SUM Per LS 6035 8-32.5 1 Parking Lot Retaining Wall $ $ KSP LUMP SUM Per LS 6036 8-32.5 1 Trailhead Retaining Wall $ $ KSP LUMP SUM Per LS * 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. Briscoe-Des!Mon e Levee Reach 2 & 3/Langholz 24 January 6, 2014 Project Number: 09-3010 ADDENDUM 1 i CONSTRUCTION NOTES BID ITEM NUMBERS SHOWN UNDERLINED O1 REMOVE EXISTING TREE, AND ROOTBALL. BACKFILL VOID AND COMPACT PER SPECIFICATIONS. 1005 O2 REMOVE EXISTING TREE STUMP AND ROOTBALL, BACKFILL VOID AND COMPACT PER SPECIFICATIONS. 1005 3O REMOVE EXISTING ASPHALT TRAIL. WIDTH VARIES BETWEEN 10 AND 12 FEET. 1010 SAW CUT EXISTING ASPHALT PAVEMENT, 1O5O O5 CONSTRUCT NEW ASPHALT TRAIL AND SUB-BASE PER DETAIL 2, SHEET 2. 1080. 1095 6O REMOVE EXISTING CONCRETE STAIRWAY, 1021 7O REMOVE EXISTING CONCRETE EXTRUDED CURB. 1030 OS REMOVE EXISTING ASPHALT PAVEMENT. 1010 O9 REMOVE EXISTING CATCH BASIN. 4145 10 CAP (MECHANICALLY) EXISTING 12" CMP STORM PIPE AND ABANDON IN PLACE. 4135 11 REMOVE EXISTING CONCRETE SIDEWALK. 1020 12 ADJUST EXISTING WATER VALVE BOX AND LID TO GRADE. 1230 13 INSTALL DEEP STEEL CATCHBASIN STORMFILTER WITH SLOPED LID AND CONCRETE COLLAR. 4225 14 CONSTRUCT CONCRETE CURB ON TOP OF STORMFILTER CONCRETE COLLAR. MATCH PROFILE OF TRAFFIC CURB SHOWN IN DETAIL 2, SHEET 18. 1210 15 CONSTRUCT CONCRETE TRAFFIC CURB PER DETAIL 2, SHEET 18. 1215 16 CONSTRUCT CONCRETE SIDEWALK PER KENT STANDARD PLAN 6-35. 1145 17 ADJUST MANHOLE TO GRADE. INSTALL NEW ROUND SOLID CATCH BASIN FRAME AND COVER PER KENT STANDARD PLAN 5-10. 4110 18 CONSTRUCT HMA PAVEMENT AND SUBGRADE PER DETAIL 1, SHEET 18. 1080, 1085, 1095 19 RELOCATE EXISTING IRRIGATION SYSTEM AS REQUIRED. 1360 20 LOCATE EXISTING SIDE 6" SEWER PRIOR TO WALL CONSTRUCTION AND DETERMINE IF A CONFLICT WITH THE WALL FOOTING EXISTS. IF CONFLICT EXISTS INSTALL A THREE FOOT LONG B INCH DIAMETER DUCTILE IRON SLEEVE THROUGH WALL. REMOVE AND REPLACE SIDE SEWER AS REQUIRED FOR SLEEVE INSTALLATION. NOTIFY BUILDING TENANTS 24 HOURS IN ADVANCE OF ANY DISRUPTION OF SERVICE. 6035 21 INSTALL REMOVABLE BOLLARD PER KING COUNTY FIG. 5-018. 1290 PUBLIC WORKS DEPARTMENT Timothy 1, LaPorte, P.E. Public Works Director 400 West Gowe Kent, WA 98032 Fax: 253-856-6500 KENT wnar ixc. PHONE; 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON Briscoe-Desimone Levee Improvements Reach 2 RM 15.44 to 15.57 and Reach 3 RM 15.98 to 16.36 Project Number: 09-3010 ADDENDUM No. 2 January 8, 2014 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH I - BIDDER'S DOCUMENTS REVISE the quantity reflected in Addendum No. 1, page 4, for the following bid item back to 2,600 TONS, The original quantity reflected in the bid documents was correct. The replacement page 21 of the bidder's document which was included with Addendum No. 1 is correct. REACH 3 SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO. QUANTITY PRICE AMOUNT 1325 8-15.5 1,000 Quarry Spalls, Including $ $ * WSDOT 2,600 Removal Per TON & KSP TONS END OF ADDENDUM No. 2 v Chad Bieren, P.E. Date y City Engineer @MAYOR SUZETTE COOKE PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. Publlc Works Director 400 West Gowe Kent, WA 98032 ._ NT Fax: 253-856-6500 Was HiH.... PHONE: 253-556-5500 CITY OF KENT KING COUNTY, WASHINGTON Briscoe-Desimone Levee Improvements Reach 2 RM 15.44 to 15.57 and Reach 3 RM 15.98 to 16.36 Project Number: 09-3010 ADDENDUM No. 3 January 13, 2014 I FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH I — SID OPENING The bid opening has been rescheduled to Thursday, January 16, 2014 at 11:00 AM. The City Clerk's office will receive sealed bids through 10.45AM. II — PLAN HOLDERS LIST A revised plan holders list can be obtained at www.l<entwa.gov/procurement. END OF ADDENDUM No, 3 Chad Bieren, P.E. Date o City Engineer s Y Ul Y i %� MAYOR SUZEIIE COOKS,e.. .. TAB INDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 WSDOT Standard Plans Tab 7 Miscellaneous Details Tab 8 Construction Noise, Vibration, and Settlement Monitoring and Control Tab 9 Permits Tab 10 Geotechnical Memo and Borings Tab 11 Prevailing Wage Rates Seal of Responsibility This engineering document was prepared by me or under k • No my direct personal supervision and I am a duly licensed Professional Engineer under the laws of the State of rgAc Washington. AA,6k IZ�Ig(l3 m (signature) (date) Printed or typed name: Mark Howlett �fONALB _ License number: 32158 My license renewal date is: May 25, 2014 ,l3 Pages or sheets covered by this seal: All Sections Except as noted below. i Nf This engineering document was prepared by me or under W�V my direct personal supervision and I am a duly licensed tiC n ULr C} Professional Engineer under the laws of the State of shin%Eres'rnr2t'n-• 12/19/2013 (signature) (date) f 47990 �N r/'G1STlitivV,?�v Printed or typed name: James F. Nickerson S`Srf1N ;.tNOi License number: 47996 My license renewal date is: January 12, 2014 Pages or sheets covered by this seal: Specification Sections: 4-05, 6-06, 8-26, 8-36 Construction Noise, Vibration and Settlement Monitoring and Control Sections: 01850, 01860, 02100, 02150 li I CERTIFICATION I hereby certify that in these contract documents Sections: 6-02, 6-06, 8-32, 8-32, 8-33, 8-34 were prepared by me or under my direct supervision, and that I am a duly registered Professional Engineer under the laws of the State of Washington. I tA. S/j s r }F AS 3025� �� 14/ {�VTURAL CUB NAB ; BIDDER'S NAME CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Briscoe- Desimone Levee Improvements Reach 2 RM 15 .44 to 15 . 57 and Reach 3 RM 15 . 98 to 16. 36 Project Number: 09-3010 BIDS ACCEPTED UNTIL January 14, 2014 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR I I KENT WASHINGTON i 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 Miscellaneous Details Construction Noise and Vibration Control Permits i Geotechnical Memo and Borings Prevailing Wage Rates 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 January 14, 2014 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: Briscoe-Desimone Levee Improvements Reach 2 RM 15.44 to 15.57 and Reach 3 RM 15.98 to 16.36 Project Number: 09-3010 The project consists of construction of a secondary levee floodwall landward of the Briscoe Levee adjacent to the Green River between S. 1881h St. and S. 194th St. in Kent, Washington. The floodwall will consist of driven sheet piles and reinforced concrete and will be'approximately 3,177 feet long. This project will also include excavation of approximately 32,000 cubic yards of soil on the riverside of the levee to construct a vegetated bench, landscaping, approximately 1,700 tons of asphalt pavement for levee trail and parking lot reconstruction and two cement concrete retaining walls. The Engineer's estimate for this project is approximately $8 million. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856- 5508. For technical questions, please call Ken Langholz at (253) 856-5516. 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. I Dated this 18`" day of December, 2013. Y r l' /konald F. M'Wfe, City Clerk Published in Kent Reporter on December 27, 2013 Daily Journal of Commerce on December 23 & 30 2013 & January 6 2014 Ii CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date ��IH1ly This statement relates to a proposed contract with the City of Kent named Briscoe-Desimone Levee Improvements Reach 2 RM 15.44 to 15.57 and Reach 3 RM 15.98 to 16.36 Project Number: 09-3010 I am the undersigned bidder or prospective contractor. I represent that - 1. I � have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. i Tapopo 11kC NAME O BIDDER BY: !� GNATURE/TI LE 1g04 Sf 0% Ff0C (30, ff.e 61('O J� WA 'q860y ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Briscoe-Desimone Levee Reach 2 &3/Langholz 1 December 19, 2013 Project Number: 09-3010 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: v1/`GZr G( For: /� urav l 2✓�c Title: V I LCJ I(�DS !rot--� Date: Briscoe-Desimone Levee Reach 2 &3/1-angholz 2 December 19,2013 Project Number: 09-3010_ 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. Briscoe-Desimone Levee Reach 2 &3/Langholz 3 December 19, 2013 Project Number: 09-3010 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that T a,P ct-y\-t has examined the job site and construction details o� f the work as outlined on the plans and described in the specifications for the project named Briscoe-Desimone Levee Improvements Reach 2 RM 15.44 to 15.57 and Reach 3 RM 15.98 to 16.36/Project Number: 09-3010 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. i Briscoe-Desimone Levee Reach 2 &3/Langholz 5 December 19,2013 Project Number: 09-3010 REACH 2 SCHEDULE I LEVEE I ITEM SECTION APPROX, ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $172,& •'W $ /7Z, 00o.00 WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $L191 ox. $ ZIT 000.co WSDOT LUMP SUM Per LS 1010 2-02.5 2,160 Remove Existing Asphalt 0• 5® $ ./ , s o. o® * KSP SQ YDS Concrete Pavement Per SY 1045 8-21.5 1 Removal of Signs $ 500.00 $ J®®• 0® KSP LUMP SUM Per LS i 1050 2-02.5 50 Saw Cut Existing Asphalt $ S® $ 17 5700 * KSP LN FT Concrete Pavement Per LF 1060 2-03.5 7,200 Levee Excavation Including $ $ Z®0•00 *. kYSSGT CU YDS Haul and Disposal Per CY KSP � C 1065 2-03.5 200 Unsuitable Foundation $ y/ 7W ®® * WSDOT CU YDS Excavation Including Haul Per CY 1076 4-05.5 400 Imported Levee Embankment * KSP TONS Fill, Including Haul and Per TON Compaction 2.50_Minim _ 1077 4-05.5 2,000 Levee Excavation and $ �. D® $ «/e®D, 00 * KSP CU YDS Embankment, Including Haul Per CY and Compaction * 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. Briscoe-Desinnone Levee Reach 2 &3/Langholz 6 January 6, 2014 Project Number: 09-3010 ADDFNDUM1 REACH 2 SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1080 4-04.5 750 Crushed Surfacing Top $ 25•670 $ 11, 750,00 * KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 1085 4-04.5 30 Crushed Surfacing Base $ 70• ®C $ Z, /oe> • 00 * KSP TONS Course, 1-1/4 Inch Minus Per TON 1095 5-04.5 530 HMA Class 1/2", PG 64-22 $77i®CC7 $ q, 750• O0 * KSP TONS Per TON t� S. 00 1125 5-04.5 35 Cold Plant Mix for Temporary 'r $ 2✓i 375' 00 * KSP TONS Pavement Patch Per TON 1216 8-04.5 842 Cement Concrete Mow Strip $ 7.00 $ * KSP LN FT Per LF 1265 8-12.5 48 Remove and Restore Fence $ 20. 00 $ f/0 . ®0 KSP LN FT Per LF 1290 8-27.5 2 Install Removable Bollard $ 700-o0 $ I/ q00. 00 KSP EACH Per EA 1300 8-24.5 1 Rock Retaining Wall $ $ KSP LUMP SUM Per LS it 1320 8-30.5 2 Project Sign Installation $ '00•00 I, * KSP EACH 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. Briscoe-Desimone Levee Reach 2&3/Langholz 7 December 19, 2013 Project Number: 09-3010 i REACH 2 SCHEDULE I - LEVEE ITEM SECTION APPROX, ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1325 8-15.5 1,000 Quarry Spalls Including $ �® $ 2'A mv- WSDOT TONS Removal Per TON & KSP 1326 8-15.5 270 Rock for Erosion and Scour $ �3° 00 $ < ®� * KSP TONS Protection, Class A Per TON 1327 2-12.5 450 Construction Geosynthetic for $ KSP SQ YDS Permanent Erosion Control Per SY 1355 1-04.4(1) 1 Minor Changes $10,000.00* $10,000.00 WSDOT CALC Per CALC *Common price to all bidders * 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, i i Schedule I Total $ �� 799 . ®b it II I i I I I I i Briscoe-Desimone Levee Reach 2 &3/Langholz 8 lanuary 6, 2014 Project Number: 09-3010 ADDENDUM 1 REACH 2 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO, QUANTITY PRICE AMOUNT 5005 1-10.5 300 Traffic Control Labor $ 1. 00 $ �'00 * KSP HOURS Per HR 5010 1-10.5 140 Construction Signs Class A $ I�®® $ 2, 100,00 * WSDOT SQ FT Per SF 5015 1-10.5 200 Traffic Control Supervisor $ 9 • ®0 $ 000.00 * KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $ S,®C .00 $ J, ®�•�® KSP LUMP SUM Devices Per LS 5030 1-10.5 35 Portable Changeable Message $ 120 ® $ �/, ye2®, 00 * KSP DAYS Sign (PCMS) Per DAY * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Schedule V Total $ I I , .60 Briscoe-Desimone Levee Reach 2 &3/Langholz 9 December 19,2013 Project Number: 09-3010 REACH 2 SCHEDULE VI - STRUCTURAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT V, 19. 50 6005 6-20.5 36,400 Sheet Piling - Wall Type A $ $ 17o9> $®o a® * KSP SQ FT (AZ19-700) Per SF 6006 6-20.5 7,800 Sheet Pile Joint Sealant $ 6. 50 $ O/ 700. 00 KSP LN FT Per LF 9. a® 6008 6 20.5 5,330 Sheet Pile Paint $ $ 7i 9 70 * KSP SQ FT Per SF 6010 8-33.5 852 Concrete Cap Beam $ 12.6. Ob $ * KSP LN FT Per LF 6015 8-34.5 852 Concrete Barrier $ 15. 0O $ IOt 9,110• 00 * KSP LN FT Per LF 6025 6-06.5 852 Handrail $ 410• 00 $ 3q, 010 . 00 * KSP LN FT Per LF 6050 6-20.5 1 Sheet Piling - Removing $30,000.00* $30,000.00 KSP FORCE Obstructions or Construction Per FA ACCOUNT Modifications *Common price to all bidders 6055 6-20.5 1 Sheet Piling - Unexpected $15,000.00* $15,000,00 KSP FORCE Existing Utilities Per FA ACCOUNT *Common price to all bidders I 6060 6-20.5 1 Monitoring and Testing $ZS,017a•® 7-5', 0,00. 00 KSP LUMP SUM Per LS * 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. Briscoe-Desimone Levee Reach 2 &3/1-anghoiz 10 December 19, 2013 Project Number: 09-3010 REACH 2 SCHEDULE VI - STRUCTURAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Schedule VI Total I Briscoe-Desimone Levee Reach 2 &3/1-angholz 11 December 19, 2D13 Project Number: 09-3010 REACH 2 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 8-01.5 1.1 Seeding, Fertilizing, and $ 1,000.co $ t/�dJO®•®p * KSP ACRE Mulching Per AC 7005 8-01.5 370 Filter Fabric Fence $ '5•210 $ 61 00 * KSP LN FT Per LF 7010 8-01.5 2,500 Wattle $ 7, 5'00•00 * WSDOT LN FT Per LF 7015 8-01.5 10 Inlet Protection $ 70.00 $ 700• ®0 * KSP EACH Per EA i 7020 8-01.5 2,750 Straw Mulch $ 2 • ®0 $ 51 * KSP SQ YDS Per SY 7025 8-01.5 200 Clear Plastic Covering $ 50 $ -700- * KSP SQ YDS Per SY 7030 8-01,5 130 ESC Lead $ 60• $ -7400, 00 * KSP HOURS Per HR 7055 8-01.5 1 Erosion/Water Pollution $10,000.00* $10,000.00 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders 7075 8-01.5 75 Street Cleaning $ 100•Ca® $ 7, 5-00•®0 * WSDOT HOURS Per HR * 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. Briscoe-Desimone Levee Reach 2 &3/Langholz 12 December 19, 2013 Project Number: 09-3010 REACH 2 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Schedule VII Total $ �S, `'_� 00 II Briscoe-Desimone Levee Reach 2&3/Langholz 13 December 19, 2013 Project Number: 09-3010 ilk REACH 2 SCHEDULE VIII - LANDSCAPING ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT i 8005 8-02.5 290 Topsoil Type A $ $ 10, 1T®. * KSP CU YDS Per CY 8010 8-02.5 1,500 Sod Installation $ $ q, -7 S®• and * WSDOT SQ YDS Per SY 8015 8-02.5 125 Arborist Mulch $ 71, 7r. 00 * KSP CU YDS Per CY 8020 8-02.5 410 Fine Compost $ .2,5"0• ®c, * WSDOT CU YDS Per CY I 8025 8-01.5 61000 lute Matting $ I °3® $ 1-6®®• d� * KSP SQ YDS Per SY - I 8030 8-03.5 1 Irrigation System $ Iz,®0n•ors$ 12,0 - ex2 KSP LUMP SUM Per LS 8035 8-02.5 4-2 10 PSIPE Pseudotsuga menziesii $ 2!q•00 $ Z 90- ®0 * KSP EACH (Douglas Fir) 5 gal Per EA 8040 8-02.5 97 PSIPE Thuja plicata $ Z9.®® $ * KSP EACH (Western Red Cedar) 5 gal Per EA 8045 8-02.5 449 PSIPE Picea sitchensis $ Z 9. $ Z 6 v oo KSP EACH (Sitka Spruce) 5 gal 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. Briscoe-Desl mono Levee Reach 2&3/Langholz 14 January 6, 2D14 Project Number: 09-3010 ADDENDUM REACH 2 SCHEDULE VIII — LANDSCAPING ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8050 8-02.5 14 PSIPE Acer macrophyllum $ 00 $ z/06.(90 * KSP EACH (Bigleaf Maple) 5 gal Per EA 8055 8-02.5 -1-3 12 PSIPE Fraxinus latifolia $ $ 7,01/. OCl * KSP EACH (Oregon Ash) 2 gal Per EA I 8060 8-02.5 12 PSIPE Rhamnus purshiana $ 1-7• ®® $ Z041, co KSP EACH (Cascara) 2 gal Per EA 8065 8-02.5 87 PSIPE Prunus emarginata $ 17. 00 $ 11 q• cc k KSP EACH (Bitter Cherry) 2 gal Per EA 8070 8-02.5 228 190 PSIPE Cornus sericea $ 9.00 $ 1 i 71O.80 * KSP EACH (Red Osier Dogwood) 1 gal Per EA 8075 8-02.5 A-GJ 88 PSIPE Physocarpus capitatus $ 1.00 $ 71Z . 00 * KSP EACH (Pacific Ninebark) 1 gal Per EA i 8080 8-02.5 3833 PSIPE Lonicera nvolucrate $ 7. 60 $ 2 97. ©® * KSP EACH (Black Twinberry) 1 gal Per EA i 8085 8-02.5 75 54 PSIPE Mahonia aquiPolium $ 9. ®® $ L1$6. 00 KSP EACH (Tall Oregon Grape) 1 gal Per EA 8090 8-02.5 - 74 361 PSIPE Rosa pisocarpa $ !• 60 $ -3, Z'l7. 00 KSP EACH (Swamp Rose) 1 gal 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. Briscoe-Deslmone Levee Reach 2&3/Langholz 15 January 6, 201.4 Project Number: 09-3010 ADDENDUM I REACH 2 SCHEDULE VIII - LANDSCAPING ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8095 8-02.5 364 341 PSIPE Symphoricarpos albus $ 9 0U $ ,0 69, ®0 k KSP EACH (Snowberry) 1 gal Per EA i 8100 8-02.5 3-3-2 310 PSIPE Ribes sanguineum $ q ®® $ Z, 710. 00 * KSP EACH (Red Flowering Currant) 1 gal Per EA 8105 8-02.5 9 PSIPE Salix lucida $ 1-7• ®® $ T�'• ®® * KSP EACH (Pacific Willow) 6' live cutting, Per EA 6" diameter maximum 8110 8-02.5 9 PSIPE Salix sitchensis $ 17. 00 $ 15-3.60 * KSP EACH (Sitka Willow) 6' live cutting, Per EA 6" diameter maximum 8115 8-02.5 30 21 PSIPE Populus trichocarpa $ Z 9.®0 $ 401. 00 * KSP EACH SSP. Trichocarpa Per EA (Black Cottonwood) 6' live cutting, 6" diameter maximum 8120 8-02.5 37 11 PSIPE Malus fusca $ 17•®® $ 157. ®® * KSP EACH (Pacific Crabapple) 2 gal Per EA i 8125 8-02.5 936S PSIPE Ceanothus sanguineum $ 7,00 $ ®® * KSP EACH (Red Stem Ceanothus) 1 gal Per EA I 8130 8-02.5 5338 PSIPE Holodiscus discolor $ 7. 00 $ 3yZ , ®® * KSP EACH (Oceanspray) 1 gal Per EA i 8135 8-02.5 7-7 55 PSIPE Philadelphus lewisii $ O(7 $ qql Of) KSP EACH (Mock Orange) 1 gal 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. Briscoe-Desl move Levee Reach 2 &3/Langholz 16 January 6, 2014 Project Number: 09-3010 ADDENDUM 1 I REACH 2 SCHEDULE VIII - LANDSCAPING ITEM SECTION .APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8140 8-02.5 1614 PSIPE Acer circinatum $ 1. 00 $ * KSP EACH (Vine Maple) 1 gal Per EA 8145 8-02.5 256 261 PSIPE Rubus spectabilis $ �. ®d $ x, �9 bC7 * KSP EACH (Salmonberry) 1 gal Per EA 8150 8-02.5 2�8 238 PSIPE Rubus parviflora $ 9.00 $ Z, 117- • ®® * KSP EACH (Thimbleberry) 1 gal Per EA I 9 I 8155 8-02.5 239 246 PSIPE Rosa nutkana $ 9. as $ 7-1 2 1 I- 60 * KSP EACH (Nootka Rose) 1 gal Per EA * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Schedule VIII Total $_ Bi 06'3 7 . 00 I i i i Briscoe-Desimone Levee Reach 2 &3/Langholz 17 January 6, 2014 Project Number: 09-3010 ADDENDUM J REACH 3 SCHEDULE I — LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO, QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $Y00,®019.1,0 $ 1/00 O00.Oez WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $ 10,000. P' ®0®,0o WSDOT LUMP SUM Per LS 1010 2-02.5 5,000 Remove Existing Asphalt $ 3.'0 $ 1-7, `-60•®® * KSP SQ YDS Concrete Pavement Per SY 1015 2-02.5 50 Remove Existing Cement $ 16•00 $ -750, 00 KSP SQ YDS Concrete Pavement Per SY 1020 2-02.5 50 Remove Cement Concrete $ S b0 $ 700. 00 KSP SQ YDS Sidewalk Per SY 1021 2-02.5 1 Remove Existing Stairways $ I1 z®®.®c+$ I/ Z'0V. 00 KSP LUMP SUM Per LS 1022 2-02.5 120 Remove Ecology Block Wall $ 16•00 $ VZ OO-00 KSP LN FT Per LF 1024 2-02.5 76 Remove Existing Handrail at $ 15• 60 $ I1 1400 . 00 KSP LN FT Ramp Per LF 1025 8-04.5 30 Wheel Stops for Parking Stalls $ '3T,00 $ 2, 590. 00 KSP EACH 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. Briscoe-Desimo ne Levee Reach 2 &3/Langholz 18 December 19, 2013 Project Number: 09-3010 i REACH 3 SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT i 1030 2-02.5 400 Remove Cement Concrete $ • ®C9 $ I" 7,00, t7® KSP LN FT Extruded Curb Per LF 1045 8-21.5 1 Removal of Signs $ KSP LUMP SUM Per LS 1050 2-02.5 350 Saw Cut Existing Asphalt $ 3 •r0 $ It z Sm 00 * KSP LN FT Concrete Pavement Per LF 1060 2-03.5 18,300 Levee Excavation Including $ 16- 00 $ 2 9Z, VO • co * WSDO CU YDS Haul and Disposal Per CY KSP 1065 2-03.5 200 Unsuitable Foundation $ $ yj 760. 00 * WSDOT CU YDS Excavation Including Haul Per CY 1075 4-03.5 5,130 Gravel Borrow, Including Haul $ 17, 00 $ 17i Z/0. 00 KSP TONS and Compaction Per TON ($2.50 - 1076 4-05.5 1,000 Imported Levee Embankment $ l T oo $ 17/ 416®. 00 * KSP TONS Fill, Including Haul and Per TON Compaction ($2.50 Min) 1077 4-05.5 4,700 Levee Excavation and s7, 00 $ 3z, 700 - B® * KSP CU YDS Embankment, Including Haul Per CY and Compaction 1080 4-04.5 2,200 Crushed Surfacing Top $ $ 5 51060. 00 KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 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. Briscoe-Desimone Levee Reach 2 &3/Langholz 19 January 6, 2014 Project Number: 09-3010 ADDENDUM 1 j REACH 3 SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1085 4-04.5 460 Crushed Surfacing Base $ 70• 00 $ -32,� Zo®. oc, * KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 1095 5-04.5 1,350 HMA Class 1/2", PG 64-22 $ 75•00 $ lot, 7-50. 00 * KSP TONS Per TON 1125 5-04.5 50 Cold Plant Mix for Temporary $ IZT- d® $ 6, 2 5a • o0 * KSP TONS Pavement Patch Per TON 1130 5-05.5 1 Cement Concrete Pavement $ 17,000.00$ 17, ®®o• co KSP LUMP SUM for Trailhead Per LS 1145 8-14.5 95 Cement Concrete Sidewalk $ q® • bo $ 7i 7 $'O. ®® KSP SQ YDS Per SY 1210 8-04.5 275 Cement Concrete Extruded $ $ Z� zoo.00 KSP LN FT Curb Per LF 1215 8-04.5 225 Reinforced Cement Concrete $ yo' CI® $ qi 00c) ®o KSP LN FT Traffic Curb Per LF i 1216 8-04.5 2,223 Cement Concrete Mow Strip $ 7,o® $ 15; 54,f. 0c) * KSP LN FT Per LF 1230 7-12.5 1 Adjust Existing Valve Box Top $ Z(15.' C70$ 2 ob KSP EACH Section and Lid to Finished Per EA Grade * 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. I Briscoe-Desimone Levee Reach 2 &3/Langholz 20 December 19, 2013 Project Number: 09-3010 REACH 3 SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1315 8-28.5 5 Pothole Utilities $ '®• 00 $ 7 50. ®® KSP EACH Per EA 1320 8-30.5 3 Project Sign Installation $ 70O•00 $ �, !U®• 00 * KSP EACH Per EA i 1325 8-15.5 2,600 Quarry Spalls Including $ 21•B® $ ?Z1 ,5®®.co * WSDOT TONS Removal Per TON & KSP p 1326 8-15.5 300 Rock for Erosion and Scour $ �� ®® $ q • 00 * KSP TONS Protection, Class A Per TON 1327 2-12.5 525 Construction Geosynthetic for $ $ IT7 .5 * KSP SQ YDS Permanent Erosion Control Per SY . i 1355 1-04.4(1) 1 Minor Changes $20,000.00* $20,000.00 WSDOT CALC Per CALC *Common price to all bidders 1360 8-03.5 1 Existing Irrigation Systems $3,000.00* $3,000.00 KSP FORCE Removal and Modifications Per FA ACCOUNT *Common price to all bidders * 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. I I Schedule I Total $-), 2 � • ✓� ! Briscoe-Desimone Levee Reach 2 &3/Langholz 21 January 6, 2014 ', Project Number: 09-3010 !! ADDENDUM 1 I REACH 3 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4015 7-04.5 57 Storm Sewer Pipe, $ 'b57-®® $ ®U KSP LN FT 12 Inch Diameter Per LF I 4110 7-05.5 1 Solid Locking Catch Basin $ q5' $ �✓�� ®� KSP EACH Frame and Cover Per EA 4135 2-02.5 1 Abandon Existing Storm $ 9670.80 $ g00. 00 KSP EACH Sewer Pipe Per EA 4145 2-02.5 1 Remove Existing Catch Basin $ $ 3cc> eo - KSP EACH or Manhole Per EA 4155 2-09.5 250 Shoring or Extra Excavation, $ 6.00 $ �, ®® WSDOT SQ FT Class B Per SF 4160 7-08.5 25 Foundation Material, $ 35• ®C9 $ -6757- ®c' KSP TONS Class I and II Per TON 4175 7-08.5 40 Pipe Zone Bedding $ $ it ���• �® KSP TONS Per TON 4215 7-05.S 3 Thermoplastic Storm Drain zoo--0® G f �-, ®® p $ $ KSP EACH Stenciling Per EA 4225 7-05.5 2 Deep Steel Catch Basin Storm $ ,Oi l�0'"$ Z1,900. 00 KSP EACH Filter System (Two Cartridge Per EA Unit) i Schedule IV Total Briscoe-Desimone Levee Reach 2 &3/Langholz 22 December 19, 2013 Project Number: 09-3010 REACH 3 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 400 Traffic Control Labor $ !• $ LI00 00 * KSP HOURS Per HR 5010 1-10.5 200 Construction Signs Class A $ 15.00 $ ` 'coo.00 * WSDOT SQ FT Per SF 5015 1-10.5 200 Traffic Control Supervisor $ 6. 00 $ ZOO. 0O * KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $ 5,000.0®$ %oce. ®e KSP LUMP SUM Devices Per LS 5030 1-10.5 50 Portable Changeable Message $ 'Z®.00 $ 6, 000, 00 * KSP DAYS Sign (PCMS) Per DAY 5100 8-22.5 1 Permanent Parking Lot $ Z/ '2,00'00$ Zo 3oo• ®® KSP LUMP SUM Channelization Per LS * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Schedule V Total $ 16, 700-00 Briscoe-Desimone Levee Reach 2 &3/Langholz 23 December 19, 2013 Project Number: 09-3010 REACH 3 SCHEDULE VI - STRUCTURAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6000 2-09.5 1 Shoring or Extra Excavation, $ 9,7®®•01$ 17M 00 WSDOT LUMP SUM Class A Per LS 6005 6-20.5 89,000 Sheet Piling - WaII.Type A $ 11, 50 $ 0, 7351 5®®•® * KSP SQ FT (AZ19-700) Per SF — I 6008 6-20.5 5,330 Sheet Pile Paint $ 7-00 $ 16 ,21 yk KSP 18,000 Per SF SQ FT 6010 8-33.5 2,294 Concrete Cap Beam $ 00 $ 14, 7 5®• 09' * KSP LN FT Per LF 6015 8-34.5 2,233 Concrete Barrier $ g5,Do $ z12i �• as * KSP LN FT Per LF 6025 6-06.5 2,359 Handrail $ W' oo $ qq * KSP LN FT Per LF 6030 8-26,5 1 Floodgate $ 5i®®® Cos 5� o • 00 KSP LUMP SUM Per LS I 6035 8-32.5 1 Parking Lot Retaining Wall $�(,�• $ ��.®L'0• ®® j KSP LUMP SUM Per LS 6036 8-32.5 1 Trailhead Retaining Wall $ 7,3,06C. $ Z 'g"Oco ®® KSP LUMP SUM Per LS I * 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. Briscoe-Deslmone Levee Reach 2 &3/Langholz 24 January 6, 2011 Project Number: 09-3010 ADDENDUM 1 REACH 3 SCHEDULE VI - STRUCTURAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6040 8-36.5 1 Anchor System at Parking Lot $ '30/000•6v$ i00,6 • 06 KSP LUMP SUM Per LS 6045 8-31.5 1 Install Concrete Stairs $ $> 5-00•06$ $" • KSP LUMP SUM (South) Per LS 6050 6-20.5 1 Sheet Piling - Removing $30,000.00* $30,000.00 KSP FORCE Obstructions or Construction Per FA ACCOUNT Modifications *Common price to all bidders 6055 6-20.5 1 Sheet Piling - Unexpected $15,000.00* $15,000.00 KSP FORCE Existing Utilities Per FA ACCOUNT *Common price to all bidders 6060 6-20.5 1 Monitoring and Testing KSP LUMP SUM Per LS i Schedule VI Total $ Zi 7z/1 9�✓S • CAD Briscoe-Deslmone Levee Reach 2&3/1-angholz 25 December 19, 2013 Project Number: 09-3010 REACH 3 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 8-01.5 2.3 Seeding, Fertilizing, and $ '14 00 $ �i 7-d® ®® * KSP ACRE Mulching Per AC 7005 8-01.5 590 Filter Fabric Fence $ $ 7,406, O® * KSP LN FT Per LF 7010 8-01.5 6,250 Wattle $ 7,00 $ * WSDOT LN FT Per LF 7015 8-01.5 22 Inlet Protection $ -70 ®® $ * KSP EACH Per EA 7020 8-01.5 4,000 Straw Mulch $ Z , $ <b, 000. ®® * KSP SQ YDS Per SY 7025 8-01.5 200 Clear Plastic Covering $ 3•ry $ 700, * KSP SQ YDS Per SY 7030 8-01.5 300 ESC Lead $ (gyp.®® $ v coo . * KSP HOURS Per HR i i 7055 8-01.5 1 Erosion/Water Pollution $20,000.00* $20,000.00 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders 7075 8-01.5 200 Street Cleaning $ 100' $ �O,O�®•®� * WSDOT HOURS Per HR * 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. Briscoe-Desimone Levee Reach 2&3/Langholz 26 December 19, 2013 Project Number: 09-3010 REACH 3 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT q Schedule VII Total $ �s � 9� ®® I Briscoe-Desimone Levee Reach 2&3/Langholz 27 December 19, 2013 Project Number: 09-3010 REACH 3 SCHEDULE VIII — LANDSCAPING ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8005 8-02.5 1,100 Topsoil Type A $ 35e049 $ ��, �b0 00 * KSP CU YDS Per CY 8010 8-02.5 5,200 Sod Installation $ 4•5-® $ 00 * WSDOT SQ YDS Per SY 8015 8-02.5 450 Arborist Mulch $ �T. ®a $ ®b * KSP CU YDS Per CY 8020 8-02.5 1,050 Fine Compost $ 3T, 00 $ 360 7510• 00 * WSDOT CU YDS Per CY 8025 8-01.5 14,625 Jute Matting $ 1• '3® $ lel, blz . SW * KSP SQ YDS Per SY 8030 8-03.5 1 Irrigation System $ 17,00,0-O®$ !7 6c9O .6-0 KSP LUMP SUM Per LS 8035 8-02.5 55 PSIPE Pseudotsuga menziesii s21, 00 $ �, 5 9�. ® o * KSP EACH (Douglas Fir) 5 gal Per EA 8040 8-02.5 15 PSIPE Thuja plicata $ 29.00 $ �t KSP EACH (Western Red Cedar) 5 gal Per EA 8045 8-02.5 14 PSIPE Picea sitchensis $ z9. 00 $ L/®6,60 * KSP EACH (Sitka Spruce) 5 gal 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. Briscoe-Desimone Levee Reach 2&3/Langholz 28 December 19, 2013 Project Number: 09-3010 I REACH 3 SCHEDULE VIII — LANDSCAPING ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8050 8-02.5 39 PSIPE Acer macrophyllum $ Z1 . 00 $ * KSP EACH (Bigleaf Maple) 5 gal Per EA 8055 8-02.5 18 PSIPE Fraxinus latifolia $ 0- 00 $ ',v(,co * KSP EACH (Oregon Ash) 2 gal Per EA 8060 8-02.5 17 PSIPE Rhamnus purshiana $ 07' 00 $ Z $9. 00 * KSP EACH (Cascara) 2 gal Per EA 8065 8-02.5 25 PSIPE Prunus emarginata $ 17. 00 $ 00 * KSP EACH (Bitter Cherry) 2 gal Per EA 8070 8-02.5 521 PSIPE Cornus sericea $ 1.00 $ * KSP EACH (Red Osier Dogwood) 1 gal Per EA 8075 8-02.5 343 PSIPE Physocarpus capitatus $ I ®® $' 097 00 * KSP EACH (Pacific Ninebark) 1 gal Per EA 8080 8-02.5 193 PSIPE Lonicera involucrata $ 1, 00 $ 11 737, b0 * KSP EACH (Black Twinberry) 1 gal Per EA 8085 8-02.5 288 PSIPE Mahonia aquifolium $ 9. 06 $ Z, 5 ?2 .®® * KSP EACH (Tall Oregon Grape) 1 gal Per EA 8090 8-02.5 717 PSIPE Rosa pisocarpa 7.00 * KSP EACH (Swamp Rose) 1 gal 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. Briscoe-Desimone Levee Reach 2 &3/Langholz 29 December 19, 2013 Project Number: 09-3010 i REACH 3 SCHEDULE VIII - LANDSCAPING ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8095 8-02.5 789 PSIPE Symphoricarpos albus $ 7,00 $ 7, t 069 • ®® * KSP EACH (Snowberry) 1 gal Per EA 8100 8-02.5 795 PSIPE Ribes sanguineum $ 7, 00 $ -7i * KSP EACH (Red Flowering Currant) 1 gal Per EA 8105 8-02.5 27 PSIPE Salix lucida $ 1-7• ®® $ 49 ®40 * KSP EACH (Pacific Willow) 6' live cutting, Per EA 6" diameter maximum 8110 8-02.5 27 PSIPE Salix sitchensis $ 17. $ Ll 5-9• ®® * KSP EACH (Sitka Willow) 6' live cutting, Per EA 6" diameter maximum 8115 8-02.5 75 PSIPE Populus trichocarpa $ Z9,00 $ z, ' 76:0o * KSP EACH SSP. Trichocarpa Per EA (Black Cottonwood) 6' live cutting, 6"diameter maximum 8120 8-02.5 16 PSIPE Malus fusca $ l•7, 00 $ -Z 7Z. 00 * KSP EACH (Pacific Crabapple) 2 gal Per EA 8125 8-02.5 359 PSIPE Ceanothus sanguineum $ 1, 00 $ �jo�31 •00 * KSP EACH (Red Stem Ceanothus) 1 gal Per EA 8130 8-02.5 205 PSIPE Holodiscus discolor $ q. ®0 $ * KSP EACH (Oceanspray) 1 gal Per EA 8135 8-02,5 298 PSIPE Philadelphus lewisii $ 1. 00 $ Z" 6,97 00 * KSP EACH (Mock Orange) 1 gal 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. Briscoe-Desimone Levee Reach 2 & 3/1-angholz 30 December 19, 2013 Project Number: 09-3010 REACH 3 SCHEDULE VIII - LANDSCAPING ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8140 8-02.5 83 PSIPE Acer circinatum $ T 00 $ 707, 00 * KSP EACH (Vine Maple) 1 gal Per EA 8145 8-02.5 603 PSIPE Rubus spectabilis $ 9 ®® $ �� qg 7. 00 * KSP EACH (Salmonberry) 1 gal Per EA 8150 8-02.5 423 PSIPE Rubus parviflora $ 00 $ '307 ®® * KSP EACH (Thimbleberry) 1 gal Per EA 8155 8-02.5 503 PSIPE Rosa nutkana $ 9 ®® $ �� 57.7 ,00 * KSP EACH (Noctka Rose) 1 gal Per EA I * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Schedule VIII Total $ 2 1 `01-1q, 30 Briscoe-Desimone Levee Reach 2 &3/Langholz 31 December 19, 2013 Project Number: 09-3010 BID SUMMARY REACH 2 Schedule I e-19-9, 799. ®e Schedule V Schedule VI k.p I1 ® 7 e / 990. ®® Schedule VII � q5, 359 . ®® Schedule VIII J Sir 9'�7, 60 SUB TOTAL $ 1l -/z7, 13LI, 0o 9.50/u WA State Sales Tax 16`!, 7 REACH 2 TOTAL BID AMOUNT i REACH 3 Schedule I 31. 5b Schedule IV 32, qV. 00 Schedule V 16, 9d0 . 00 Schedule VI { 2, 7z/, 9415. ®® Schedule VII - I Schedule VIII $ 2- ✓e qq . 50 SUBTOTAL �l 367, /Ze/. ®® 9.5% WA State Sales Tax g11-1, 5)6. 71 04-a,-%q REACH 3 TOTAL BID AMOUNT /i 712 7'9 3 GRAND TOTAL BID\AMOUNT 6/ 701, 505 . 5 to j i Briscoe-Desimone Levee Reach 2 &3/Langholz 32 December 19, 2013 Project Number: 09-3010 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: Briscoe-Desimone Levee Improvements Reach 2 RM 15.44 to 15.57 and Reach 3 RM 15.98 to 16.36 Project Number: 09-3010 Subcontractor Name A i .5 Cr6194e Item Numbers (0®09 , 6006 . 6®DS �eacti 2%d•� 3 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers I Subcontractor Name Item Numbers Subcontractor Name Item Numbers 1 fjf ` t CONTRACTOR'S SIGNATURE �a�`��� �� i - Briscoe-Desimone Levee Reach 2 &3/1-angholz--'/ 33 December 19,2013 Project Number: 09-3010 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Fame of Bidder: To po. k [1 �(/t Project game: Briscoe-®esimone Levee Improvements Reach 2 RM 15.44 to 15.57 and Reach 3 RM 15.98 to 16.36 Project Number: 09-3010 Pursuant to RCW 39.30.D60, Bidder shall list the names of the subcontractors with f 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 j itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: fV ok Plumbing Subcontractor Name: 8 10 T ra.C4or av � L-aJS.CgpIA G, Electrical Subcontractor Name: Pro.' rl e EJ e rfrl C VP SigTlature of Bidder Date Briscoe-Deslmone Levee Reach 2 &3/Langholz 34 December 19, 2013 Project Number: 09-3010 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. Briscoe-Desimone Levee Reach 2&3/Langholz 35 December 19, 2013 Project Number: 09-3010 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 mislea 6g, SUBMITTED BY: NAME: A►�� ram• ADDRESS: 1 170y SE 6-0,Placer p,06jk C7raud,wk q�vy PRINCIPAL OFFICE: l qQr , Inc. - ,13coHe 6royh-d ADDRESS: 190y SE bfti P6aG2 Rra-Vt 61"(A 4 , WA 986o4 PHONE: �36o�6S�-fiy8 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. See ArWOLOICec� 1.2 Provide your current state unified business identifier number. 600 64z 677 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. See AiAuLct 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). S to aik r,1,t 1 Briscoe-Desimone Levee Reach 2 &3/Langholz 36 December 19, 2013 Project Number: 09-3010 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 3�yecr�s I 2.2 How many years has your organization been in business under its present business name? 1 Y-00,- - 2.2.1 Under what other or former names has your organization operated? -r46vAl (.rkI OrgrW nc-' ., Lh Q__ 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: �U 2.3.2 State of incorporation: 2.3.3 President's name: L�t�ti�/Ta.P� 2.3.4 Vice-president's name(s): _eucVI ���ni7 S�d✓12 1��rre 2.3.5 Secretary's name: tt 2.3.6 Treasurer's name: 0 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: 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 or anization's partne ship or trade name is filed. '15>°e- Quo Gckec(_ Sl- 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. f)eaoy Tnt 8�tJa-i/) I,,_ricG✓ h7-c'n0. C,rc t Lfl 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? (10 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? ND Briscoe-Desimone Levee Reach 2 &3/Langholz 37 December 19, 2013 Project Number: 09-3010 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 anyo�cer 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.) t/a 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. ��acpvQ c k- 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. Sic a'tt keca cK4 si+6Gfs 4.5.1 State average annual amount of construction work performed during the past five years: t SS 000 o0o, 00 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 52t a{�Oc�ner� 4.7 On a separate sheet, list your major equipment. 549,e, aac��d S. REFERENCES 5.1 Trade References: See 0,00-c" 5.2 Bank References: 5e � u�, 5.3 Surety: dv-oi- 5.3.1 Name of bonding company: 53.2 Name and address of agent: P ,;l Ferk4r 54e c ,chec _ 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. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Briscoe-Desimone Levee Reach 2&3/Langholz 38 December 19, 2013 Project Number: 09-3010 it Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); j Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? Yif'5 7. SIGNATURE / 7.1 Dated at this day of f'�Cw�Lr- , 2014. Name of Organization: C �� i By: Title: 7- 7.2 lug ltf �` t being duly sworn, deposes and says that the information Orovided herein is true and sufficiently complete so as not to be misleading. Subscribed and sVo n before me this i day of'' rdl c ' 2014. Notary Public: f1, G) 4. T M Commission Expires: y p 4C?7AP, \✓ Ay'Svc �� 0A�S9B99 Briscoe-Desimone Levee Reach 2 &3/Langholz `�'ID", `'' '° December 19, 2013 Project Number: 09-3010 ""� " '"rJ n" 9 Department of Labot a1ld Industries TAPANI INC �O-Bad 44454 - - Olympa,WA 9$504-445b ,4Reg CCTA�PANI*88�Q� RegiA" d as provided by Law as w Cotishuctlon'Contltor (CCQ1) GENERAL '�APANIINCffecttve Date, 9!5/207 2 PO;BOX I'90� = 4puatson Date 9f512014 BA3 TLE ZrROUND WA 98604 ` I(k f I Department of LaUut and Iudushies- TAPANI-UNDERGROUND` NC PO Box 44450 - ; '= Olympia,WA 98504 4459 Reg CC PAkANUI`147QIyT= [7BT 6002';677 = Ite stt ei as pioAded>zy`T aw as CozSsttact�tom_Contiactdi CCtI) tGENE1LAI TAPANIUNDERGROUND NC EffecfyeBate i /14/19,861 POBOX 190Q �a� tib3atell1r20L4 BATTLE'GROUND WA 98604 a — o � o AUG 19 2013 w TAPANI INC. r TAPANI UNDERGROUND, INC, '.. PO PDX lgad BAtTLE OROUN15 WA 96604-1406 00306 DETACH BEFORE POSTING 1,- �R _ BUSINESS LICENSE a �yy lees`jOy �� STATE OF t I WASHINGTON - Unified Business ID #: 600 642 677 u. Domestic Profit Corporation Business ID #i 1 Location: 2 E, Expires: 07-31-2014j TAPANI INC. 7 1 TAPANI UNDERGROUND, INC. JJl 1904 SE' 6TH PL y f 1 BATTLE GROUND WA 98604 8300 �t Y ht' TAX REGISTRATION UNEMPLOYMENT INSURANCE "1 INDUSTRIAL INSURANCE MINOR WORK- PERMIT � (Expires: 04-30-2014) - CITY LICENSES/REGISTRATIONS: WEST RICHLAND GENERAL BUSINESS (EXPIRES O4-30-2014) WASHOUGAL GENERAL BUSINESS (EXPIRES O4-30-2014) { LONGVIEW GENERAL BUSINESS #773244 (EXPIRES O4-30-2014) a PROSSER GENERAL BUSINESS RICHLAND SERVICES BUSINESS (EXPIRES O4-30-2014) t, t: ;i. % r r: DUTIES OF MINORS: a _ ., Mechanic in training, general clean up and labor, office & clerical work, parts runner*May not operate power equipment,may work under :-! *t liftssEShop help r. LICENSING RESTRICTIONS: � Minors employed in construction must be at least 16 years of age. WAC 296-125-033 (4) 9 Court permission and a variance from L&I is required to hire minors a under the age of 14 in non-agriculture jobs. Call 360-902-5316 or `y tl is email teensafetyaLni.wa.gov for information. F 4" /J y- 1_i I Q t lVV� I. �{ This document lists the registrations, endorsements, and licenses authorized for the business - - -- _ g named above.By accepting this document,the licensee certifies the information onthe application \� was complete true and accurate to the best of his or her knowledge and that business will he f conducted in compliance with all applicable Washington state county,and city regulations Director Department of Revenue ...—: �.�."-_ram � r � --�." -,J".'',_'-r"^--'a`-;v' •���+-r •;.��-�. - -s•'-=.v _�, I a .. I k.fl� x`'it I. STATE OF WASHINGTON �[ Department of Labor & Industries Certificate of Workers' Compensation Coverage December 13, 2013 WA UBI No. 600 642 677 L&I Account ID 478,929-00 Legal Business Name TAPANI INC Doing Business As TAPANI UNDERGROUND INC Workers Comp Premium Status: Account is current Estimated Workers Reported Quarter 3 of Year 2013 "Greater than 100 (See Description Below) Workers' j Account Representative TO / KARLA BOWMAN (360)902-5535 - Email: BOWK235@lni.wa.gov Licensed Contractor? Yes _ . . License No. TAPANI*883OE License Expiration '09/05/2014 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51.16.190). Ta ani Inc. including an subsidiaries and affiliated companies under majority ownership or P � g Y under control by the owners of the bidder's company, are not and have not been in the past 3 years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065. i �J i r ( d Kevin Tapani, Vice President it Tapani Inc. License and Certificates (2013) Federal: IRS Federal Tax ID 91-1350790(also called Employer Identification Number) State: Number Expires Legal Entity Registration 600642677 4/30/14 WA L&I Contractor Reg No. TAPANI*8830E 09/05/14 L&I Surety Bond 0425103475366BCM L&I Account ID 478929-00 Employment Security Ref No. 613932 00 8 Montana CCR 200952 12/20/14 OR BOLT BOND 104658690 OR Construction Contractors Board 63434 1/22/15 WA UBI No.-master license 600642677 4/30/14 WA UBI No. location#2 600642677 4/30/14 WA UBI No. location#3 600642677 4/30/14 WA UBI No. location#4 600642677 4/30/14 Weigh maste r/We ighe r License 28202 6/30/2013 City: Astoria 043797 12/31/13 Battle Ground 1114 4/30/14 Benton City 2897 12/31/13 Castle Rock 13-000801.0 12/31/13 Centralia 09853 12/31/14 Kala ma 7834 12/31/13 Kennewick 107301 1/31/14 Longview General Business 4/30/14 Moses Lake 9583 12/31/13 Pendleton 1047 1/31/14 Portland/Multnomah Cert of Compliance (for tax laws) 369543 Richland Service Business 4/30/14 Ridgefield 5221 3/31/14 Vancouver 12493 12/31/13 j Washougal General Business 4/30/14 West Richland General Business 4/30/14 Woodland 290.8 12/31/13 Other: Radio Station Authorization WPZY508 4/08/14 Radio Station Authorization-Flaggers WPMQ735 11/09/13 Portland Metro includes these cities: Beaverton, Cornelius, Durham, Fairview, Forest Grove, Gladstone, Gresham, Happy Valley, Hillsboro, King City, Lake Oswego, Milwaukee, Oregon City, Sherwood, Tigard, Troutdale, Tualatin, West Linn, Wilsonville and Wood Village. I CREDIT APPLICATION i Company Name Tapani Underground, Inc. Address 1904 SE 6th PI City Battle Ground State WA Zip 98604 Mailing PO Box 1900 City Battle Ground State WA Zip 98604 Phone (360)687-1148 Fax (360)687-7968 Email www tai)aniunderground.com Federal ID# 91-1350790 US DOT# 395315 �, Contractor LIC# TAPANU1147QM Dun# 139357016 OR CCB# 63434 UBI# 600642677 Type of Business: Underground Utilities, Road Construction, Sitework Purchase Order#REQUIRED? YES Job Name Requested? YES Job Number Requested? YES Person(s)who can authorize purchases: li Credit Amount Requested CORPORATE INFORMATION Ownership Corporation Year Established: 1983 Date Incorporated: 4/11/1986 OFFICER NAME TITLE At present site since 1986 Edward (Iner)Tapani Chairman Beverly Tapani Co-Chairman Leigh Tapani President Kevin Tapani Vice President/CFO REFERENCES Bank-Financial Reference Regents Bank 2001 SE Columbia River City Vancouver State WA Zip 98661 Drive Contact Greg Usselman Ph# 360-418-0484 Bonding Company Reference Anchor Insurance 1201 SW 12th Ste 500 City Portland State OR Zip 97205 Contact Phil Forker Ph# 800-892-8967 Insurance Company Reference Anchor Insurance 1201 SW 12th Ste 500 City Portland State OR Zip 97205 Contact Pat Dooney Ph# 800-892-8967 Business Credit References Cemex Ph#(360)254-7770 Fax# (360)254-0404 Contact: Judy or Clarice PO Box 73261 City Chicago State IL Zip 60673 Wilco Ph#(800) 382-5339 Fax# (503)845-4013 815 W. Main St City Battle Ground State WA Zip 98604 Ferguson Ph#: (503)240-6747 Fax# (503)247-7038 Contact: Carla Wootton 9129 N.Tyndall Ave City Portland State OR Zip 97217 Napa Auto Parts Ph#(360)687-3111 Fax# (360)687-1997 Contact: Teresa PO Box 396 City Battle Ground state WA Zip 98604 i ro ❑ E z z z z z z z z z zr z z; z z z z 0 U o r• m o ",T tN - N N m M ' o CL U r i r U N M M (O r- ! M N (N N C (D O M 0) C9 l0 O r ap M.: (O D) t0 (0 m aO CJ 4(] (O m N C7 ID QI yj W O to N O M V 0) IT to M (O a/ N i+ 0) O N O CO E (o V M w :CA � O M (o It T m N a of 0i c o (ri 06 co N 06 o'i r- co L ry M r 'O N r M co, V': M (o M n O r N (A -"L N N 46 CM 1 '�' 17 M V � � y co W N O Q 0 N N y O U a w 4- c O I a p 0 xO E Y - O F- I U O o LO N M06 L at O - 07 a <r LL 0 R = "tON a :. (° - a .oa m co i d mN mp O s ❑ 0 4) � VM ❑ rn' M cr) Mom m O 2 mo -❑ o b �O . rn.n"s cb a. A (D ar M (L)C N Co O M G OM O n OM � = O o �0) m � M cs q � cs 0 60 o a) :�: (n U MU O ` u u F- U- m: C d rri vi rn v 0 L 4- n Oc ac a 3c 0 U) N Oc 2 O c m m c o E m m 0 o a ++ 01 ❑ � r q :m 2 aai m N O J m 0 a m m E o � o c o o N p U W a O O 0 o f ? 0 E o m O � O F- U w Q 2 F- d U m F- U!: 0- F"- U U 0 c' o. U m: c a ro a>'i o F- m! g 0 - oco N LL. N pU W i a Q] CJ L C N CLj W - v m E N W c (0 0�o,. c O 2 m m ~ 0 00 U a ° Q N: : 0 Y U m m 0 3 a) n > a (`a m a > a. m m xi M L m m o E o m o X , '(u— � a o p w 0 � L U m m 2 m �1 `m > U CO z (na � rn E a > � U I z; m = O a co CV Y U Q) CV Ch :ui P! (f) (p D) (? N Nl' (fl M O ate+ N O N_ N :N r O O O r T T'. T r r N O N N N N N M M M M U T r r rY r T r T T r r @ o a a Q ¢ a a a a ¢ a ¢ a E z z z z z z z z z z z z z z z z O U o o o a o a o o 0 0 0 0 0 a o 0 0 (DD o U r r r r U a (mD W ! r N O 10 (ND (D (o 0 aD .00 Ci i� (O O O (`) (o V (V (`') l`') m f� � R W W O m m M N CJ a0 :aD (D r N E O o I- m m W W (D (D (D !� �- ID :cl) O Q (D m r O N 3"T (0 m LO N r m .(D M O V- UD O 1 (N (O M O) m V' I- w M N ':O tD m M :r N W l0 .(D W V' w V" N r :-::m (D N ll� r 1 - I S o Q Q t t6 W c O 3 Q Q U U Q p p p L L O � w Q Y `Q C a m : ++ C U r O Y U O O M }Li # T of N ui C a) 0) a a T V L ,Cr :o N M a W O N @ m � Lo ` O Nm Q O O N 00. m� .Z` m U (° O (D E - L �. N O (D ,�m C (D O O m V a M to '@ w M U W Y J r S (p -ItO N _ r o (O C.N U (� ° O (p Q (() U V ^ O V 1 ti N V = N N Z O (O a M ° D- C U w � . U y OM ON 0m m ) m M(O 0mN UNO..:No ao r(D : J O� rL _ �c5 �6 rd @ Zd od (J uEd >m mM �c@O yo O O J (D o D Uo (o (D ro V O N O (O n) PM C) (AM M dY) (O J Y (n m � m•+ � m � a c L C (q U o @ U o c E o O U O a .Q O N = O U O U a a' o r u1 C o v o(° N m > m o E E @ c g m o J U ¢ � aNi dL Z i d U v w c C O O O y .Z U U f C _U O O:. 3 J O Y 03 o @ m J @ @ `m @ m a) ° U U a UU) a F F- a U a`- U Z Y U m � m � I c U c o m S N N N o a _ ro > > o @ CL .o o Z u c (u ? x n. m O Q O` L E J N. o .Q N O E d N a o (n E G: C 'o N E U = W 3 o a`) _ `ro U EL a) o ° O 3 @ E E t -o v U m Wm QLL o () Q r F- U EliV �- ¢ v a Q ±o g a s a ¢ ¢ a ¢ ¢ E Z o : Z o Z ++ z z !Z o z Z Z D U (D a o 0 o a 0 0 E o rn o o o r ' (m i rn m m r- o (D( o 0 O U U EL O M O W O O O O i 0 O p O rn rn M O m s} 4l m N LO ,O p p O O O (O : (D O M O (O N a0 r `00 " O O O CJ pp O E N M V mp N O V O M Drj N O O Q N - o t� (n r V r" V e7 co O" V m M rn m N N "0 N (D (D 't, O m (N do O N r 0 (O M V f- N O l0 m (.) C a) G G O rL W O a7 L s a O z W Q U m Um 0- O N C r � d M- = O aD N N C(D M.. N N c CO m O O r 'a) C (p (6r - M (D ❑ r - m NN O (O 7 M M O m U L O (D rn O m J N 3 e E N Y p U 1- U lh O (DI W 3 O D a gn m � � m � mom U aN DLn roN mN Uy Y m > m U � m s u ow wm ° M mm w � y � m m oM YN' m � rom O r OV' cV"1' ar -ET L� o_m Oap:; 'T c DN PN Y � � a7 a aoo Y � 9. c or 3s5'.. m(''� (n :Eti -.`o" 3o cin Yo p (> d, m (n m E � O (j a Ln F°- N m (oD U (LD m U w U 0) U m Y 0 U co U r�i Y N'. (yi) (�' m U w Y (on y U = O (D D T T L N m ❑ a1 L C E D E c E U O D ° o (o 'a 3 UE a❑ rnm = a)N o U 2 U a o D agi O m E . c Uco m c o ' _ 3 m � 2. m ' �� (xi m u U d t0- co (.) O F V m "' (Yi) m Y O U 0 C D m _ N O Ul IY O O N f0 a C m J O w m .N 0 j m E 'm m m D C a m o c m D m a c m m CL c �c a > om u ? a) o T (D O m > (oo op . t EE o m o Q m w = D U o Z E oY m � U 0v aD. N m 4Qv ¢ D 0 a) o .(? m .ro - U m E d a c m Z � - � c = C t�/1 Ya7 ' V (C ' N 4' ( �O m i U > O W O E .O W t n m m (! U D WU . A 6J N C6 I� Co cV (7 f N (O � m ° Oi O i O O O o O o d o O O o O O O r c r ',N N_ N N_ N_ N_ :'N N N N_ N 0 c a' '�}' : V V V V' V V' V' V' V V V 1 V - ori ? M O O N Q Q Q Q Q E o 10 O ., Z Z o Z Z Z O U 0 0 0 0 0 0 0 0 0 E M m n o o r rn o 0 0 O f0 v- 0) 0 M U .a O h O O O o O O O O O .M c0 r O W N O O O p d' CO f� O O m O O W E m N m r v to (1) v Q C6 W Ld V ,I�r u7 a�7y o NO N c0) N N m N a- N i C qj' N I W m U c N C (� O C U1 cLj v y U o U 0 n � # cm c0 w j M00 0. c = C oc`'� N p pM yam... o Um� mo 'C V ppj Ua OM 0o 0 E c c > m E� C to Nacv o W CD cv oco N co W C ; m O co o a am Y O.. G N N t o o "�' o. 0 w cOo :� vl �:(00 v 0 ® U m ❑ ULn WN ULo U c) [a a o � U � U U N U ( a a C J r ,p W > C p a 4- �+ 0 C C N N O N .� O C N m € y6 U .m > C 0.o a� a m W m -m OO o m a 0. 0. > t U X J o 0 W O o 3 c 0 0 0 .o , l ' o U Op0 U w U U) U m C (/J M N N Q _ O0 .l33tl N O 'N C 7 G l6 -m E N N V. p y O) 4) C N 2 E = m v 0. rn m w °' m � Q m y m m m m m _ _ �Ei � a>i v � U 0 _ {d N O p —N. U_ mCm 0N p O M c CAOgU N2 .0 W LU N ma Z E u 0 � ' a O N ch d' Lb (6 I-� 00 m O cV O O O O o o O O 0 M M Cl) M M 'M M M C r _ p V V V' •i 'd' V' V' V' V' V � T'3 Tt - x } (q 1 v£i Y 1C jf M1Sf+� i ° a ^N k - :l.yo- projectDescription: Location: Battle Ground, WA Multiple crews worked closely together to construct and enhance 10 wetland/ pond sites in a short 75 day work window. Working closely with WSDOT Tapani crews worked through multiple grade busts/errors In the plans in order to keep the project moving forward, on-time, and in-budget. With GPS guidance, crews preformed excavation and grading in record time. Working in and around salmon/steelhead bearing creeks required thorough inspections of the equipment each shift and operating the equipment with bio-degradable vegetable oil to prevent stream contamination. Crews worked side by side with biologists and Department of Fish and Game to safely remove fish and 0 aquatic animals from the work site while achieving a finish product. An elaborate by-pass pumping and de-watering plan was used for maintaining healthy water flow/levels to sustain aquatic animals and fish life in the surrounding areas of the project as well as lowering the water table in the work zone. Crews constructed over 120 habitat structures. Qualified Tapani operators were used to working with peat material, which required strategic utilization of stabilization mats, timber, and steel sheets.Also, Tapani provided WSDOT with an In-house CESCL to monitor potential erosion ® 11 control issues and to take water NTU readings to insure turbidity was within the limits allowed throughout the project. • o - • ® Challenges. Work was to be completed in 75 working days, which meant crews needed to work long hours, 6 to 7 days per week. The soil was mainly peat, a soil that is • highly organic and compressible, requiring equipment to operate on timbers and steel sheets to avoid sinking. The groundwater content was far higher than planned, so an intense de-watering plan was put in place, also causing the job to be built In a different sequence than initially planned. The project had many design flaws, and at one point it was completely redesigned. Tapani worked with WSDOT to keep the job progressing through these changes. Much of the work took place in and around creeks, making it extremely environmentally sensitive. Tapani worked closely with the Department of Fish and Wildlife to insure the environment wasn't harmed in anyway. Equipment: D-6 Dozer, 760 Dozer, 850 Dozer, Class 345 Excavator, Class 320 Excavator, Class 300 Excavator, Haul Trucks, Morooka Tracked Trucks, Skid Steer, GIPS equipment Tapani,Inc. PO Box 1900- 1904 SE 6th Place- Battle Ground,WA 98604-360.687.1148 1153 Columbia Park Trail,Richland,WA 99352-509.783.8993 www.tapani.com { ry � I a{ x'f �f. ,{ Project Description: Location: Portland, OR This project entailed the removal of a bridge, construction of street improvements and storm sewer improvements on North Burgard Road. Work consisted of erosion control, traffic control, bridge demolition, excavation and disposal of 10,402 tons of contaminated material, 16,040 cubic yards of embankment, subgrade stabilization, 1518 tons of aggregate road base, 2025 tons of asphalt pavement, 1475 square yards of 12" thick concrete pavement, and Storm Sewer piping: 192 feet of 12" HDPE, 305 feet of 20" HDPE, 25 feet of 24" HDPE, 1005 feet of 21" RCP, 1481 feet of 30" RCP, 109 feet of ® 48" Steel Casing with 34" HDPE inside, 12 manholes, and 11 catch basins. The storm piping was over 20 feet deep in places. Other work on this project included signing, striping, landscaping, and fencing. Challenges: Challenges included pipe that was at a depth greater than 20 feet and maintaining traffic while demolishing the bridge. An engineered shoring plan was used to overcome the deep sewer, and a good traffic control plan was used to overcome traffic issues while demolishing the bridge. ° to Equipment: Class 345 CAT Excavator, Class 330 CAT Excavator, Class 320 CAT Excavator, Takeuchi 135 mini Excavator, D-6 Dozer, 544 Loader, Grader, ° • • ® Water Truck, GPS equipment • i I I Tapani,Inc. PO Box 1900 ti 1904 SE 6th Place N Battle Ground,WA 98604-360.687.1148 1153 Columbia Park Trail- Richland,WA 99352 w 509.783.8993 www.tapani.com t I 4 Project Description, Location: Mt. Hood, OR The Western Federal Lands Highway Division(WFLHD) of the Federal Highway Administration(FHWA)in cooperation with the Oregon Department of Transportation Ilk (ODOT)and the USDA Forest Service(USFS)is constructing approximately 3 miles of Oregon State Highway 35 In the Mt. Hood National Forest. Highway 35 is a major state highway providing regional transportation service as well as access to the Mt. Hood National Forest and other destinations.The existing roadway at the White River and Clark and Newton Creek Crossings restricts the debris flows and channel movement, resulting in an unfavorable situation for both the road and natural hydrologic systems. Damage caused by debris flows from the slopes of Mt. Hood through the White River and East Fork Hood River areas has resulted In frequent and costly repairs ® over the last 20 to 30 years,placing a severe burden on the limited resources available and negatively affecting the natural environment. Roadway reconstruction work included construction of temporary traffic lanes/lane widening for temporary traffic, construction of road embankment, Installation of new bridges and large drainage structures(culverts), and the placement of aggregate and asphalt. Debris materials,both naturally deposited and material moved to downstream locations by ODOT during emergency repairs, at White River was removed and used as fill material for the roadway embankment.All aggregate for the project was produced by the contractor In the government furnished source Tamarack Quarry. Challenges: -Due to changes In permitting,Tapani had to redesign the staging of roadway construction to be completed within reduced project limits with a net result of less environmental e 0 mpacL -The FHWA added a 12'diameter CMP culvert In the final year of construction that was up to 36'deep across the existing Hwy 35.Crews worked around the clock to complete ® ® the culvert construction prior to the planned stage 1 paving. -Tapani had to perform various different stream diversions within specific fish windows for construction of permanent structures. . . ® The project spanned over 3 construction seasons which created a challenge of maintaining a temporary roadway over the winter shutdown months that was wide enough to allow for ODOT snow removal. -Inclement weather,forest fire danger and debris flows created many environmental and scheduling challenges. Equipment: CAT D8L Dozer, CAT D6 Dozer,John Deere 850 GPS Dozer,John Deere 650 Dozer, CAT 623 Scraper,Water Wagon,Water Tower, Roller Compactor,CAT 14G Grader,John Deere 750 Excavator,CAT 345 Excavator,CAT 330 Excavator,CAT 320 Excavators,CAT 312 Excavators, Kawasaki 95Z Loader,John Deere 624 Loader,John Deere 544 Loader, 80 TON Crane, Haul Trucks, Crew Trucks Tapani,Inc. PO Box 1900- 2.904 SE 6th Place N Battle Ground,WA 98604-360.687.1149 11.53 Columbia Park Trail,Richland,WA 99352 v 509.783.8993 www.tapani.coni 4� i B a 0 Project Description® Location: Longview, WA ' Tapani Underground, Inc. was selected to be part of the team to construct one of the largest export grain facilities on the west coast of the United States. This 200 million dollar project includes: procurement, construction of four new inbound tracks, two new departure track loops, rail receiving system, scale tower, concrete storage silos, cleaner building, conveyor support vents, towers, trusses, conveyor mechanical components, spouting and gates, utility systems, buildings and site roads. Items specifically included in Tapani Underground, Inc.'s agreement includes new site water ® and sewer systems, storm piping and structures, clearing and grubbing, excavation, embankment, site grading, dewatering, soldier pile shoring system, and deep excavation for rail receiving pit. Total site excavation i ® ® consisted of 120,000 cubic yards of material. The railroad track system had 10,000 linear feet of grading and placement of rock. A 40 foot deep rail receiving pit with extensive dewatering was excavated, which contained 30,000 cubic yards of material alone. To work on a project of this scope, with up to a 300 personnel workforce onsite at any given time, it was vital that a detailed health, safety, and quality control plan was followed. Challenges: ® ® Tapani Underground, Inc.'s work was crucial on the front end to get the schedule rolling for other contractor's work on the project. Also, another one of the challenges on the project was finding unmarked buried hazardous ® ® ® structures, Environmental analysis was required, asbestos abatement was performed (by others), and the concrete from the structure was crushed and reused on the site. Equipment: D81-Dozer, D6 Dozer, 850 GIPS Dozer, 650 Dozer, 623 Scraper, Water Wagon, Water Tower, Roller Compactor, Grader, 345 Excavator, 330 Excavator, Loader, Haul Truck, Crew Trucks Tapani Underground,Inc.N PO Box 1900 � 1904 SE 6th Place, Battle Ground,WA 93604 www.tapaniunderground.com—360.687.1148 B � N� � Y I 3f11 t t a • �t f t'i �s 5m ra�je�t escrlpU nw ,Y Location: Zillah, WA Construction of a 25 acre, 500 acre foot capacity (163 million gallons) irrigation reservoir used for enhancing the irrigation district's water usage performance. Project included mass excavation of approximately 700,000 cubic yards, 300,000 cubic yards of dam embankment, Installation of 11,000 feet of underdrain system, and liner. The underdrain piping was installed under the liner to prevent seepage from coming up under the liner. The liner was placed j B on top of the native material, which was held at a tight grade tolerance, and an assortment of processed aggregates were placed on top of the liner. Tapani ® processed the quarry material at an offsite pit. Two concrete control structures were constructed and equipped with electric motorized slide gates for controlling the flow of water Into the reservoir. There was a pumpstation with 4 vertical turbine pumps attached to a 60" steel header pipe for pumping out of the reservoir. The entire system is run remotely with computers. Challenges® Working with the tight moisture tolerances mandated by the specifications on • the project was a challenge. Existing material had a moisture content of 2%. We had to run It through a wetting process to reach optimum moisture content at 17% as well as keeping the 15,000 cubic yards per day production. The wetting process equated to 65 gallons of water per cubic yard, but the soil was so dry that it wouldn't absorb any moisture unless it was soaked for a period of • ® time or cultivated with moisture. An intensive moisture conditioning process was devised to get this material conditioned to an acceptable point. Also, snow ® o ® during the Winter prevented some work from occuring, consuming valuble time for the project. There were design errors in the inlet structure that resulted in a canal breach, filling the reservoir before construction was complete. This • ruined the entire subgrade and a loader was in the bottom, damaged beyond repair. Four 12 Inch pumps were onsite in less than 8 hours and the reservoir was pumped down in a couple of short days so that the reservoir could be regraded and liner installation could continue. Tapanl completed this project on time and in budget. Equipment: Scrapers, Class 160 John Deere Excavator, Class 330 CAT Excavator, Class 750 John Deere Excavator, Grader, Haul Trucks, Tractor& Cans, Tractor& Disks, Water Trucks, Rollers Tapani,Inc. PO Box 1900 n 1904 SE Oth Place H Battle Ground,WA 98604 H 300.687.1148 1153 Columbia Park Trail- Richland,WA 99352 w 509,783.8993 www.tapani.com ProjectDescription: Location: NE 99th Street and NE 87th Avenue, Vancouver, WA This project was a half-mile of enhancement totaling 30 acres of wetland and fish habitats. This was the largest wetland enhancement project in e Clark County at the time. The project encompassed the construction of two ,r storm water facilities totaling 87,750 cubic yards of excavation and haul and 12,000 cubic yards of embankment, stream channel grading, 1530 feet of associated storm sewer pipe ranging from 12 inch to 42 inch diameter, Storm manholes and catch basins, 325 feet of culverts ranging from 12 inch to 36 inch diameter, 3,100 feet of maintenance roads, a total of 30.3 ® acres of seeding and mulching, 31 anchored root wad revetments, 280 large woody materials, 80 feet of flow spreader curb, fences, erosion control and maintenance, and other related work. The project spanned two seasons. Challenges® There were a few challenges on this project. Those include ground water and peat excavation (e.g. Tapani, Inc. excavated and hauled off around 80,000 yards of peat). With these ground conditions, some equipment had ® to be placed on timbers or matting In order to keep the machines afloat. Another issue Tapani employees worked around was the surface water ® o ® fluxuations caused from beavers damming the creek in the vicinity of the project. ® Equipment: CAT D6 GIPS Dozer, Water Wagon, Roller Compactor, CAT 320 Excavator, CAT 330 Excavator, CAT 345 Excavator, John Deere 750 Excavator, Scrapers, Loader, Haul Truck, Crew Trucks, Fish Screens, Diversion Pumps APWA Washington - 2011 Public Works Project of the Year, Environmental, Less than $5 million I Tapani, PO Box 1900 N 1904 SE 6th Place H Battle Ground,WA 98604 N 360.587.1143 1153 Columbia Park Trail- Richland,WA 99352 N 509.783.8993 W Ww.tapanr.cvm I fre 11 t a' x tick h �v Xf Project Description. Location: Kennewick, WA I m This contract involved the improvement of 2.6 miles of Clodfelter Road. ` Improvement entailed reconstructing a section of roadway from Bently Road to C. Williams Road (CE1178), and new construction of 1.6 miles of Locust Grove Road from Clodfelter Road to Edwards Road. The work consisted of clearing, grubbing, removing pavement, 626,235 cubic yards of of excavation, 414,160 cubic yards of embankment, 5,180 feet of culvert pipe from 12 Inch to 60 inch diameter with concrete headwalls, 72,371 ® tons of crushed surfacing, 16,724 tons of asphalt surfacing, erosion control, 8,312 feet of beam gaurdrall, 65,625 feet of pavement markings and other work. Challenges: Maintaining local access while building a 100 foot deep embankment over an existing driveway was a challenge faced on this project. Also, providing water for dust control and achieving optimum moisture for compaction was a challenge due to the fact that the closest public water source is five miles o ® from the center of the project. The haul trucks conquered a feat of navigating very steep grades in order to move the materials to the embankments. Deep rock excavation in the new road alignment required drilling and blasting, e e ® creating another challenge. The crews had to overcome freezing weather along with strong winds at this site, but they held it together and worked hard and efficiently to get the job done on time and in budget. ® 0Equipment: GPS, Haul Trucks, Scrapers, Excavators, Loaders, Dozers, Graders, Rollers, Water Trucks and Towers Tapani,Inc. PO Box 1900 N 1904 SE 6th Place N Battle Ground,WA 98604-360.607.1148 1153 Columbia Park Trail-Richland,WA 99352-609.783,8993 www.tapani.com Leigh E. 'Tapani qs, President •}i.T4 4. � ( .k �y5. . Letg�h�s exterlsi�ieknowled.ge ofi construction equip- as. allowed the cdmoany to,)p;utid a flee# which includes OVW 200 pieces Of heavy a quip, ment'. Leigh woeks tOirectly%uJth many departments to-help lnereaso producttvityartd maximize the, growth of the company Leigh has strongly supported orrg ting efforts=to ifi prove tthe. co>3strucitari tniustry as a Whole, while advocating z• their principl `pf sk�il, rspcihsibilty and intdg'irity I x i f s t j r x { � t � f e}� 1 dst {�FN.i,c^'•Y ry"- w�jt^.vs��e Y ri 5N?-;"er�'y++=i 5�W'" '.'�+•p Yss+f#°, ts' 's.fi r 3s a s i,✓ i5 q x tp rsb kx� "i � +, vi Tapani Underground Inc. 1904 SE 6th Place Battle Ground,WA 98604' iEmail: leight@tapaniunderground.com 8 rt Yy ir. fit s v Kevin I). Tapani El RIM-! Vice President/CFO ac i i I i Kevin has the primary responsibility of lead- f' t� r ' ing Tapani Underground to deliver superior con struction services for our clients in every',market x sector. Kevin is continually working towards im- i , i = provements in construction productivity, ,quality,' safety, and customer satisfaction. Under his man- agement, the company has established a reputa- tion for quality workmanship, personal service and reliable performance. Kevin is especially proud of the relationships Tapani Underground Inc. has es- tablished with the communities and the business- es of Southwest Washington. Tapani Underground Inc. 3904 SE 6iii Place,,. BbftIe Ground;WA 98604 ' r Email keulnt@tpaoiuqderground eot .,�� 7 1 , i Yss+ F r l t i _ i er t ;ii i i i 3 r -N1 vAr„ f • ' • 0 1 I ' x d Y f a` `Vko,,Preside-fit/ t11 1n`' (/ S 3 Shane's;aibility to see the "frig 'Pz 0e" is a , valuable asset to 'Tapani's He keeps the company up''to date on currentnd i future projects up,for bid, both in the pt bfic and i' private sector. Shane has long lasting ,and strong / relationships with our customers. Thisr has resulted in projects that have been completed withthe highest standards and - satisfaction of both Tapani Underground and the customer. AIA �hr �F1 11 a` r j j Tapani Underground Inc. aiCi`•i 1904 SE 6th Place Battle Ground,WA 98604 +r ' Email: shanet@tapaniunderground.com 10 / t i II .e t I f 4 S z3r � 4 Dana Townley rt SafetyAxrecto`r Dana Townley's commitment to safety has been a big benefit to our company. In our industry safety is paramount and Dana's attention to detail and understanding of the rules and regulations has kept Tapani Underground's safety rating better than indus- try standards. He understands the risk.-`of unsafe worksites and behavior and takes special care to ensure that safety is a focus for all employees. Dana also retired from the United States Air Force. Key Programs: Safety It is the policy and responsibility of Tapan Underground Inc. to establish, supervise and enforce a safe and healthy working environment. We have implemented"a safety and accident prevention 'training program, and pro- vide the tools, equipment and supplies so that all assigned tasks can be completed In safe, regulatory, compliant and productive manner. Part of the safety program involves the safety director,Dana, making weekly visits to random jobs to perform an extensive safety check. Dana spends approximately half his time visiting jobs to perform safety meetings, training,and doing overviews to make sure everything is up to OSHA standards. I' Tapani Underground,Inc 1904 SE 6TH Place Battle 4round,WA 98604 Email: danat@tapaliiunderground.com I 19 r t5: y i xb, SeniorDarren Cahoon ® I 4C� Highway 35 Betterment Darren has been with Tapani since 2002. He began 181 as a manager, and is currently a Senior Project , Manager. Darren s work ethic and friendly nature has allowed him to nurture many strong relationships and succeed at Tapani. Darren oversees all of the environmental projects, and is responsible for over 50 employees. He brings a Clocifelter Rd&Locust Grove unique outlook to the company and coupled with his 20 years of construction experience makes him a valuable asset. Key Projects: Contract Amount: x Highway 35 Betterment $19,687,114 Curtin Creek Enhancement EGT Grain $4,861,937 Ramsey Rail Improvements $8,080928 SR432/SR433 Improvements $3,682 933 NE 72nd Ave Improvement $5,768 000 i" Curtin Creek Enhancement Area $2,272,345 SR14 Camas/Washougal Interchange $28,218,000 Horseshoe Bend Road SR 502 Phase 1 $5,188,042 Cliff Home River Reach Stabilization $243,000 `Fagan! Inc 1904 SE Mtn glace Battle Gound, WA 98604 Background Photo:Highway 35 Betterment k" 3» Ernail` darrer&c@te5pani.corn . i> err K a r .a� to 13 PIT, JOT .Y East low Canal ey Projects: mount: i SR 14 Camas/Washougal $28,218,000 Interchange f i iyy� j SR 501 Interchange $16,148,985 „„„ , NE 88th Street $6,063,825 Curtin Creek Enhancement Area Cliff Homes River Reach Port of Vancouver Parcel 8 $1,301,797y Cliff Homes River Reach $243,000 NE 72nd Avenue $6,728 813 � East Low Canal $863,925 Clodfelter Road & Locust Grove $3,484,532 'Z APA 1arank= Inc Curtin Creek Enhancement Area $2,272,345 ';`, 3904 SF 6 � I r,L 1 ; SR 502 Phase 1 $5,188,042 »s, �r'�� Em"lik Dtp pwli„ oln r RucMgm..d Nhoro:n.dWWr R.ad '�'��1'� ew°°!! 4: (3,50)9,07 8554 / Michael Melton �i AR Michael has worked in construction since 1993. His background includes 20 years as an operator, 15 SR502 Phase I years as a Foreman, 12 years as a ,Superintendent, and 9 years as a Project Manager/Estimator. He also owned Rain Country Excavating from 2002 until 4 `' p Ta joining ani. Michael has worked on = � t j g environmental, residential and commercial site development, public works projects such as street improvements, and underground utilities, along with large dirt moving projects. Michael has worked on projects ranging from $50,000 to $5,000,000 in size. East Low Canal Key Projects: Contract Amount: SR 502 Phase _$5,188,042.00 4f East tow Canal $863,925.50 West Canal Embankment $1,772,698.70 Navigator Villas $848,97693 West Canal Embankment Tierra Vida $715,89345 View Ridge $540,000.00 4 Westwood Estates $600,00000 y x POR Cells 3 & 4 Interim Action $534,314 'iapanl!nc 1904 SE Deb Place e_m x llattle Gound,WA 93604 x Email,michaelmotalsani.com Background Photo;West Canal Embankment+ S Cell 1di(360)772-4355 Tapani, Inc. Owned Equipment 11 EXCAVATORS 1-5 MT 2001 TAKEUCHI TB135 2004 TAKEUCHI TB135 2007 KUBOTA KX161-3R35 2008 JOHN DEERE 35D 6-10 MT 2004 TAKEUCHI ITB175 11-15 MT 2003 HITACHI EX 120 2005 CATERPILLAR 312CL 2006 CATERPILLAR 312CL 2004 CATERPILLAR 312CL 16-19 MT 2000 JOHN DEERE 1160LC 1999 JOHN DEERE 1160LC 20-25 MT 2001 HITACHI EX 200 2004 CATERPILLAR 320C 2004 CATERPILLAR 321CLU 2004 CATERPILLAR 320 CLU 2008 CATERPILLAR 320 DLRR 26-30 MT 2007 JOHN DEERS 1270DLC 2007 JOHN DEERS 1270DLC 31-40 MT 1996 JOHN DEERE 892E 2005 CATERPILLAR 330CL 2003 HITACHI EX 330 2007 JOHN DEERE 350DLC 2005 HITACHI 330 41-59 MT 2004 CATERPILLAR 1345BL 2006 1 CATERPILLAR 1345CL j 60-74 MT 19981 HITACHI EX 550 75-90 MT 2001 IJOHN DEERS 750 1995 Catepillar Log Loader 320L 91 + MT 13 DOZERS CRAWLER 80-120 HP 2000 JOHN DEERE 650H 1998 JOHN DEERE 650G 2005 JOHN DEERE 650J 121-160 HP 2003 CATERPILLAR jD6NLGP 2004 CATERPILLAR I D6N XL 2008 CATERPILLAR jD6NLGP 161-200 HP 2006 CATERPILLAR jD6R III XW 2007 JOHN DEERE 1850JWLT 2002 JOHN DEERS jJD 850C 200 + HP 1982 1 CATERPILLAR D81- CATERPILLAR D8K 15 LOADERS 20001 JD 444H 20041 JD 1444J 130-160 HP 2003 VOLVO L70E 2004 JOHN DEERE 544J 2006 JOHN DEERE 544J 2004 CATERPILLAR IT28 2008 CATERPILLAR 930H 161-180 HP 2007 JOHN DEERS 1624JPL 2007 JOHN DEERS 1624JPL 17 BACK HOES 50-75 HP 1998 JOHN DEERE 310SE 1998 CATERPILLAR 416CIT 1999 CATERPILLAR 416C 1998 CATERPILLAR 416C-IT 19 SKIDSTEERS 2001 JASV RC50 CLARK SKIDDER IRANGER666 21 GRADERS 100-140 HP 1979 CATERPILLAR 1120G 141-165 HP 2003 JOHN DEERE 670CH 1996 CATERPILLAR 140H 2000 CATERPILLAR 143H 166-220 HP 1980 1 CATERPILLAR 114G 23 ROLLERS 2006 BOMAG BW-900-2 3-5 TON i i 20041 DYNAPAC DID 48" ICC 122 DID 12-16 TON 1997 HAMM 84' SD 24020D CATERPILLAR 84" SD CS563 2003 DYNAPAC 84" SD/SF CA262D 2004 DYNAPAC SD/SF CA362D 2006 CATERPILLAR SD/SF 533 CS533E 2006 CATERPILLAR SD/SF 534 CS533E 20-30 TON CATERPILLAR 816E CATERPILLAR 1816B 25 SCRAPERS PULL/ELEVATING 20-25 CY 1989 CATERPILLAR 623E 1993 CATERPILLAR 623E CATERPILLAR 623E 1999 CATERPILLAR 623F 27 AG / PULL TRACTOR UNITS 500-600 HP ATTACHMENTS 2006 HUMDINGER H619 2006 HUMDINGER H619 ROME DISC JOHN DEERE DISC 445 KELLIBILT DISC 29 WATER TRUCKS AND WGNS 2000-2500 GAL 1982 INTERNATIONAL 19911 FORD F800 2600-4000 GAL 1985 KENWORTH jwqo0 I I 1985 KENWORTH W900 1986 PETERBILT WT 1985 GMC 41004500 GAL 1993 1 CATERPILLAR 623B 31 ALL TERRAIN TRACK TRUCKS 1-5 CY 1989 MOROOKA MST2000 MOROOKA I MST 700 8-10 CY 1994 KOMATSU MST 2600 I 33 HAUL TRUCKS/OFF ROAD DUMP 21-25 CY 2003 JOHN DEERE 300D 2005 TEREX ITA30 26-30CY 1994 VOLVO A35C 1999 VOLVO A35C 2002 CATERPILLAR 735 1996 VOLVO A35C 31-40CY 35 ZIPPER 1999 Asphalt Zipper JAZ360 2002 Asphalt Zipper JAZ480 37 SWEEPERS 1997 ROSCO BROOM 2003 ROSCO RB48 SWEEPER 2005 BROCE CR350 4-WHEEL BROOM MAXI SWEEP BROOM 1999 ROSCO RB48 BROOM 50 PICKUP TRUCKS SM CUSTOM 1999 FORD RANGER 1992I FORD IRANGER 50 PICKUP TRUCKS 1/2 TON 2006 FORD 150 1999 FORD 150 2003 CHEVOLET 1500 2002 DODGE 1500 2006 GMC 1500 2006 GMC 1500 1995 FORD 150 2006 FORD 150 2007 CHEVOLET 1500 2000 FORD 150 2006 CHEVOLET 1500 2007 FORD 150 2007 FORD 150 XLT 2010 GMC Sierra 1500 3/4 TON 2007 GMC 2500 2007 FORD 250 2007 GMC 2500 2001 FORD 250 52 CREW TRUCKS 3/4TO N 20011 FORD 250 1 TON 2007 GMC 3500 2003 DODGE 3500 2007 GMC 3500 2007 GMC 3500 2004 GMC 3500 2006 GMC Sierra Crew Truck 3500 2007 Dodge 4x4 Utility Truck 3500 11/4 TON 2005 GMC W45 2004 GMC 4500 1999 FORD 450 2000 FORD 450 1999 FORD 450 2005 FORD 450 2006 FORD 450 11/2 TON 2004 FORD 550 2007 FORD F550 2004 FORD XL 4x4 F550 54 SHOP TRUCKS j 1 & 1 1/4 TON 1997 FORD 1350 1999 FORD 1450 2 TON 1997 CHEVOLET 1996 FREIGHTLINER 170 2 1/2 TON 1999 KENWORTH IT30 FUELLUBE 1991 KENWORTH T800 1992 INTERNATIONAL S4700 KENWORTH W900 CHEVY TOP KICK 7500 GMC TOP KICK I 55 SPECIALTY TRUCKS 2001 CHEVROLET EXPRESS VAN 3500 LS 2001 FREIGHTLINER FL70 2000 INTERNATIONAL DUMPTRUCK 5YD 2000 FORD 5 YD DUMPTRUCK F750 1998 INTERNATION DUMP TRUCK 5YD 1999 FORD I E350 19931 FORD FLATBED IN7M I I ANCHO TNS3JRAI°TCE ;;�& FJIZ TY, `TN'C '. . ' `500 Century Toner•yOb 224 250Q!SAX(503)22479$36' i September 16; 2013 1. RE Taparii,=Inc ". Surety Prequalification ` To Whom I`t May Concern: ' Tapani, Inc. .is-a family-owned business which has specialized in civil'engineering,work since their,format ion,in 1983. .The company has built an outstanding ri putatwn,for quality work at . competitive pricing, utilizing a produetiive,work fokb and a pruactive,mailagemer tjeprm Tapani enjoys..an excellent.,relationship with` their surety;'Travelers'Casualty and Surety _ Company 'bf.A &ipa- Travelers has a_$4,0, mi11 ri:single, $80 million aggregate bond line-- a vailable for Tapani's needs. Taparii has worked with Travelers since 1999 and-demonstrated a strodg'trackj r2cord of gerformarice " Traveler"' is rated'A+XV by AM Best hou(d you heed additional information„p,laase feel.free to ca1L Sgji;erely. ANCHbR NWRANCE'&SURETY INC: ' Phil Forker 4 - Presider# F. RF:gb i I i Bank Reference: j Regents Bank 2001 SE Columbia River Drive Vancouver, WA 98661 Greg Ussleman, Senior VP 360-418-0484 Insurance Agent: Anchor Insurance & Surety Inc. 1201 5W 12th Avenue #500 Portland, Or 97205 Pat Dooney, Brent Olson 503-224-2500 Surety: Travelers Casualty and Surety Company of America 4000 5W Kruse Way Place Building 1 Lake Oswego, Or 97034 Darrin Oelke 503-534-4290 II i I Tapani, Inc. References/Past Clients Maul Foster Alongi 400 E. Mill Plain Blvd. #400 Vancouver, Wa. 98660 Phone: 360-694-2691 Contact: Valerie Uskoski Washington Department of Fish & Wildlife 1111 Washington St. SE Olympia, WA 98501 Phone: (360) 902-2200 Contact: Tim Ward Washougal Hatchery Pond $617,000 Skamania Hatchery Intake $1,244,474 City of Portland — Environmental Services 1120 SW Fifth Avenue — Room 1000 Portland, OR 97204 Phone: (503) 823-7740 Contact: Nick Naval, Jr. Confederated Tribes of the Umatilla Indian Reservation 46411 Timine Way Pendleton, OR 97801 Phone: (541) 276-3447 Contact: Michael Lambert Meachum Creek $2,600,000 I Sunnyside Valley Irrigation District 120 South 11th Street Sunnyside, WA 98944 Phone: (509) 837-8611 Contact: Don Schramm ELIPS Schedule C $1,140,238. Canal Imp. Project $5,185,000 City of Battle Ground 109 SW 15t Street Battle Ground, WA 98604 360-342-5072 Mark Herceg BG Flow Equalization System $5,175,000.00 i PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within two hundred (200) 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 , ;k, , •3 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 ror by the Bidder. 7— DATE: I d Ta um i 1 hLC. NAME OF B DER BY: S' ature Vadtv ✓ P �, � (Print Name and Ti le) 16)oK sE 6f4i PtAr Address BabFle C�rUa�n�� ►vA 9Bl oy ' Briscoe-Desimone Levee Reach 2&3/1-angholz 40 December 19, 2013 Project Number: 09-3010 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Tapani, Inc. as Principal, anJravelers Casualty and Surety Company of America as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent (5%) of Bid Dollars, far 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 Briscoe-Desimone Levee Improvements Reach 2 RM 15.44 to 15.57 and Reach 3 RM 15.98 to 16.36/Project Number: 09-3010 According to the terms of the proposal or bld 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 14th DAY OF January 2014. Tapani, Inc._ By: PR Traveers a3 �IPAI� sualty and Surety Company of Amgipa a SURETY Gloria Bruning, AttorMgy-in--fact Received return of deposit In the sum of $ I Briscoe-Deslmone levee Reach 2&3/Langholz 41 December 19, 2013 Project Number 09-30tO WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 14- POWER OF ATTORNEY TRAVELERSFarmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casually and Surely Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surely Compaq of America St.Paul Fire mid Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Atorney-In Fad No. 224582 Certificate No. 005 5 6 5 210 i KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,Travelers Casualty and Surely Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organised under the laws of the Stale of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Gene M. Dietzman,Gloria Bruning,James P.Dooney,John D. Klump,Philip O.Forker,Ray M.Paiement,Vicki Mather,J.Patrick Dooney II, Richard W. Kowalski,Brent Olson,Joel Dietzman,Tami.lones, Karen A.Pierce,and Christopher Reburn of the City of Portland ,State of Oregon ,dim true and lawful Attorney(s)-in-Fact, � each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof rum behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of r contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. i IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and then corporate seals to be hereto affixed,this 17th day of July 2013 Farmington Casualty Company St,Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company LM16V"" 0977% "o aN°raAtt6 "t.Y ., + WcoE ; nul S€ d, o amwao,1982 0 F 6 �,., raj a. quo p t 1 'ay` cW" y 19 0 �`.,SE 's. CONN. W`I✓Y 1896 n a%y °. m AL:ot ,SSRLis ' State of Connecticut By: I f/ City of Hartford as, Robert L.lon ey..enior Vice Preaidem I On this the 7th _day of ,luly 2013 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire mid Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury insurance Company,Travelers Casualty and Surety Company,'Davelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being uuthorzed so to do,executed the foregoing instalment for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witless Whereof,I hereunto set my hand and official seal. My Counnission expires the 301h day of June,2016. pUBU� * Marie C.Tencaulr Notary Public 58440-8-12 Printed in U.S.A. WARNINGTHIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION AFFIDAVIT 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. Briscoe-Desimone Levee Improvements Reach 2 RM 15.44 to 15.57 and Reach 3 RM 15.98 to 16.36 Project Number: 09-3010 NAME OF PROJECT ea NAME OF BIDDER'S FIRM IGNATURE O AUTHORIZED REPRESENTATIVE OF BIDDER j )tl l y I I i i Briscoe-Desimone Levee Reach 2&3/Langholz 42 December 19, 2013 Project Number: 09-3010 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 $ a licable 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 t for this Change Order -0- Working days Revised Time for Completion Working days Briscoe-Desimone Levee Reach 2&3/Langholz 43 December 19, 2013 Project Number: 09-3010 In accordance with Sections 1 04.4 and n 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: Briscoe-Desimone Levee Reach 2 &3/Langholz 44 December 19, 2013 Project Number: 09-3010 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 ....................L>I/' Table of Contents Sheet . Invitation Dateto Bidp. ......................................................................................................� liance Statement................................. Contractor Com ... / Have/have not acknowledgment ................................................fg/ Signatureand address ................................................................6 Declaration — City of Kent Equal Employment Opportunity Policy ........, Datedand signed ........................................................................ AdministrativePolicy ...........................................................................E Proposal...............................................................................................V First line of proposal — filled in....................................................® Unitprices are correct........:........................................................� Bid the same unit price for asterisk (*) bid items.......................[ Minimum bid prices are correct...................................................Pr Subcontractor List (contracts over $SOOK) ..........................................Er Subcontractorslisted properly.................................................... Signature .................................................................................... Subcontractor List (contracts over $1 million).....................................f� Subcontractorslisted properly....................................................�j Signature .................................................................................. Ig Contractor's Qualification Statement ...................................................li Complete form and notarize....................... All Proposal Date Signature signedn and addressed ........................................................[g' BidBond Form......................................................................................�f°�/ Signed, sealed and dated ............................................................� Powerof Attorney....................................................................... (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form ................................................................ Signed and dated ...................................................................... ChangeOrder Form ............................................................. ..... li Bidder's Checklist................................................................................. The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and 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. Briscoe-Desimone Levee Reach 2 &3/Langholz 45 December 19, 2013 Project Number; 09-3010 Bond No. 106035220 PAYMENT AND PERFORMANCE BOND ICbNT TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Tapani, Inc. as Principal, and Travelers Casualty and Surety Company of America a Corporation organized and existing under the laws of the State of 1Dtl[x*yok)tAli* as a Surety Corporation, and qualified under the laws of the State of Washington to (Connecticut 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 $6,709,555.56--- , 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 Briscoe-Desmone Levee Improvements Reach 2 RM 15.44 to 15.57 and Reach 3 RM 15.98 to 16.36/Project Number: 09-3010 (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. Briscoe-Desimone Levee Reach 2 &3/Langholz 46 December 19, 2013 Project Number: 09-3010 TWO WITNESSES: Tapani, Inc. PRINCIPAL (enter principal's name above) V BY: Wiz`',, f. f ®Ce.,..-..-r=.-. eff TITLE: DATE: 01 2"7 201 DATE: January 24, 2014 � ( •.i CORPORATE SEAL: Vicki Mather, Witness for Surety PRINT NAME DATE: January 24, 2014 Travelers Casualty and Surety Company of America SURETY CORPORATE SEAL: BY: `r %/i Gloria Bruning DATE: January 24, 2014 TITLE:Attorney-in-fact ADDRESS: One Tower Square Hartford, CT 06183 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 Briscoe-Desimone Levee Reach 2 &3/Langholz 47 December 19, 2013 Project Number: 09-3010 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER '.. POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul;Mercury Insurance Company Fidelity and Guaranty Insurance Company ''travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. 'travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 224582 Certificate No. 0 0 5 5 6 J 2 0 5 KNOW AUU MEN BY THESY, PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St. Paul Mercury Insm'ance Company,'I'ravelers Casualty and Surety Company,Travolers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the Stale of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Gene M. Dictzman,Gloria Bruning,James P.Donny,John D.Klump,Philip O.Porker,Ray M.Paiement,Vicki Mather,J.Patrick Dooney II, Richard W.Kowalski,Brent Olson,Joel Dletzman,Tarm Jones,Karen A.Pierce,and Christopher Rebut n of the City of_ Portland State of OPegOn ,their true and lawful Anorney(s)-in-Fact, each in thew separate capacity if more than one is ruuned above,to sign,execute,seal and acknowledge any and all bonds,reeogn¢ances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies In their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted i n any actions or proceedings allowed by law. IN WITNESS WRIEREOF,the Companies have caused this instrument,to be signed and their corporate seals to be hereto affixed,this 17th dal of July 2013 ' Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company. Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company pLSbq trvo,ga �[ PPup��q YAP y, a O� Jy .� PE �.P>�n f WlcoPPOflgTr;m�r ,VPcr:4Pa 6 `,r^iweiar 4\p4f4YAMo 1977 notoatatto /N..• '� a . I9tl2 k ((�: m x. War rYAcoilt 34 gnrcr �^ 1951 :� ['�i SEAL Io^ "S L% I a 96 c" s g FON, t SsC i OONn n MV.W °C.. p i State of Connecticut By: (}��/�'/ _ City of Hartford ss. Roben L.Raney, eni5 orViec Pmsidcnt On this the 17th dayof July 2013 ,before me personally appeared Robert L.Ron p y pp ey,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casually and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p,71� n,�I !' ,�@\ In Witness Wer heof,I h official hereunto act my hand and ocial seal. W w" a • V My Commission expires the 30th day of lure,2016, pG * Marie C.Ihueault,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED 'Phis Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Director's of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc,,St.Paul Fire and Marine Insurance Company, St.Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and Unitcd States Fidelity and Guaranty Company,which resolutions no now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shal I be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-ill-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the lunatic with respect to any bond or understanding to which it is attached. I,Kevin E-Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. !r e IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this " q day of J 0I I 20 Kevin E.Hughes,Assist ant�n2y.rF �•^",`' om4 �P-!e'�t:o7'ea'..r...a......a...^.si'Gihar I.+': •tt;Ife4r%tec?.°a.�"."_v,.ro...n_.^n.',n'ne9f,1i nn.oj e=i gSiy n aI/Ov yLD�9 m: S`erJ a ®rrq,Ri,�w jv rawrnso.a+1951 4 nz1a8a9•6 m,y a i.....W rah All,[ To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at wwivnavclersbond.com.Please refer to the Attorney-Tn-Fact number,the above-named individuals and the details of the bond to which the power is attached. I I WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and organized under the laws of the State located and doing business at ("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: Briscoe-Des!m one Levee Improvements Reach 2 RM 15.44 to 15.57 and Reach 3 RM 15.98 to 16.36/Project Number: 09-3010 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 two hundred (200) 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. Briscoe-Desim one Levee Reach 2 & 3/Langholz 48 December 19, 2013 Project Number: 09-3010 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. I 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. I I 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. i Briscoe-Desimone Levee Reach 2 &3/Langholz 49 December 19, 2013 Project Number: 09-3010 CITY OF KENT BY: SUZIETtE)C06KE, MAYOR DATE: ATTEST.:--'- 45' /RONALD F,,K60RF "'CITY CLERK z APPROVED AS TO FORM: KENT LAW DEPARTMENT' CONTRACTOR BY: �J PRINT, AME: I TITLE: DATE: Briscoe-Des!more Levee Reach 2 & 3/Langh6lz 50 December 19, 2013 Project Number: 09-3010 i EXHIBIT A INSURANCE REQUIREMENTS FOR BRISCOE LEVEE CONSTRUCTION PROJECT 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. I 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 $10,000,000 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 $10,000,000 per occurrence and in the aggregate. Stop Gap and Employer's Liability coverage must be included. 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. Explosion & Collapse, Underground Damage (XCU). Coverages shall apply for the same limits as the General Liability. Evidence of Insurance must specifically state coverage has not been excluded. The City, King County and the King County Flood Control Zone District shall be named as Additional Insureds under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City, the District and the County. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Pollution Liability coverage for bodily injury, property damage and environmental damage resulting from sudden and accidental pollution and related cleanup costs incurred by the Contractor, all arising out of the work or services (including transportation risk, when applicable) to be performed under this contract. Briscoe-Desimone Levee Reach 2 &3/Langholz 51 December 19, 2013 Project Number: 09-3010 EXHIBIT A (Continued) 13. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $10,000,000 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 $10,000,000 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. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of at least $1,000,000 per accident. 3. Workers Compensation-Statutory limits 4. Pollution Liability insurance shall have a combined single limit per occurrence shall not less than $5,000,000. Annual aggregate shall not be less than $5,000,000. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Pollution Liability, 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, King County Flood District and King County shall be named as an additional insureds 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. Additional insured status shall include at a minimum On-going operations and Products-completed operations. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work 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. Briscoe-Desimone Levee Reach 2 &3/Langholz 52 December 19, 2013 Project Number: 09-3010 EXHIBIT A (Continued) 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, the District, King County and the City waive all rights against each other any of their Subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. i I. United States Longshore & Flarborvrorkers This project may require USL&H insurance. The Contractor is SOLELY responsible for determining if this project has situs and status under the Longshore and Harbor Workers Compensation Act. The Contractor must procure the coverage as required by law. Should the Contractor fail to procure such coverage, they will hold the City of Kent, King County Flood Control Zone District and King County harmless. The Contractor will also indemnify all entities for any and all costs or expenses associated with this coverage. Briscoe-Desimone Levee Reach 2 &3/Langholz 53 December 19, 2013 Project Number: 09-3010 OP ID: MH CERTIFICATE OF LIABILITY INSURANCE DAT1/2710l14 01l27/2014 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 Phone: 503.224-2500 NONTAMEACT Melissa C Hall Anchor Insurance&Surety Inc Fax: 503-224.9830 ACNE. E. 503-224-2500 LID No): 503.224.9830 1201 SW 12th Ave.,Suite 560 ---- Portland,OR 97205.2030 'MAIL mhall@anchorias.com_ ADDRESS: _-_ Patrick Dooney PRODUCER TAPAN-1 CUSTOM_ERIO k;_ _ INSURERS AFFORDING COVERAGE NAIC N INSURED Tapani,Inc INSURER A;National Fire Ina,of Hartford 20476 Tapani Underground,Inc. INSURER a;Valley Forge Insurance Co. 120508 PO Box 1900 INSURER c:Conrinantal caaaaay Co. 20443 _ Battle Ground,WA 98604 ---- INSURERD: _ INSURER E:AM Best Rating INSURER F:Insurer A,B&C: A XV 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 AODTYPE OF INSURANCE INSH MD SUB POLICY NUMBER MM)POLD�NYrr POLICY LIMITS XP TR GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00 A X ' COMMERCIAL GENERAL LIABILITY X X 2088423659 10/31/2013 10/31/2014 'PREMISES E ED PREMISES H occurrence $ 100,00 __ CLAIMS-MADE OCCUR MED EXP(Anyone person) $ 5,00 A X XCU 2088423659 10/31/2013 10131/2014 PERSONAL&ADV INJURY $ 1,000,00 A X WA Stop Gap ��2088423659 10131/2013 10/31/2014 cENERALAGGREGATE $ 2,000,00 GEN1 AGGREGATE LIMIT APPLIES PER: -PRODUCTS-COMPIOP AGG S 2,000,00 POLICY j X 1 PRo- F— LOC Stop Gap $ 1,000,00 AUTOMOBILE LIABILITY X X COMBINED SINGLE LIMIT $ 1,000,00 IF.ac drund) B X ANY AUTO 2088423676 1013112013 1D3 2014 BODILY INJURY(Per person) $ ALL OWNED AUTOB BODILY INJURY(Per accident) $ SCHEDULED AUTOS PROPERTYDAMAGE B X HIRED AUTOS 2088423676 10/3112013 10131120141 (Peraccident) $ B X NON-OWNEDAUTOS 2088423676 10131/2013 10131/2014!Pollution $ 1,000,00 B X Auto Pollution 2088423676 10131/2013 10/31/2014 $ X UMBRELLALIAB X OCCUR I EACH OCCURRENCE $ 10,000,00 EXCESS LIAB CLAIMS-MADE -i AGGREGATE $ 1D,000,00 C DeoucrlBLE X 2088423693 10/3112013 1013112014. Over E LI $ WA Sto RETENTION $ � Gap& $ AUt WORKERS COMPENSATION j WCSTATU- OTH- A ANY PROPRIETORIPARTNER)EXECUTIVE❑ 208842 LIABILRY 3659 10/31/2013 10/31/2014 . E.L. O I S ER AND EMPLOYERS'LIABILITY YIN OFFICEWMEMBER EXCLUDED? NIA EACH ACCIDENT $ 1,000,00 (Mandatory In NH) E.L.DISEASE-EA EMPLOYE $ 1,000,00 If yes,describe under 1,DDD,DD DESCRIPTION OF OPERATIONS below E.L-DISEASE-POLICY LIMIT $ C Builders'Risk INSTALLATION FLOATER ",JObSlte 1,000,00 5091301986 10/31/2013 10131/2014 Dad. 2,50 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) RE: Briscoe-Desimone Levee Rach 2 & 3/Langholtz. Project Number: 09-3010. The City of Kent; King County Flood District; King County Washington; other parties as required by written contract and per the attached endorsements are included as Additional Insureds on a primary to and non-contributory with basis for on-going and completed operations. Automatic waiver of > > > CERTIFICATE HOLDER CANCELLATION KENTT-1 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 220 4th Avenue South AUTHORIZED REPRESENTATIVE Kent,WA 98032.5895 i J ©1988.2009 ACORD CORPORATION. All rights reserved. ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD NOTEPAD: HOLDER CODE KENTT-1 TAPAN-1 PACE INSURED'S NAME Tapani, Inc. OP ID: MH DATE 01/27/14 subrogation applies in favor of said additional insureds. Cancellation is by 30 (thirty) days prior written notice. ',, it I l G-140331-D Tapani Inc POLICY No.: 2088423659 (Ed. 01/13) BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows: SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by"written contract"per Paragraph A. below.) 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 the acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified in the "written contract"; or b. "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. If the "written contract"specifically requires you to provide additional insurance coverage via the 10/01 edition of C62010 (aka CG 20 10 10 01), or via the 10/01 edition of CG2037 (aka CG 20 37 10 01), or via the 11/85 edition of CG2010 (aka CG 20 10 11 85), then in paragraph B.1. above,the words 'caused in whole or in part by' are replaced by the words 'arising out of'. 3. We will not provide the additional insured any broader coverage or any higher limit of insurance than: a. The maximum permitted by law; b. That required by the "written contract"; c. That described in B.1. above; or d. That afforded to you under this policy, whichever is less. 4. Notwithstanding anything to the contrary in Condition 4. Other Insurance (Section IV), this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or G-140331-D (Ed. 01/13) Page 1 of 2 Copyright,CNA All Rights Reserved. G-140331-D AWASA Tapani Inc POLICY No.: 2088423659 (Ed. 01/13) any other basis. But if required by the "written contract' to be primary and non-contributory, this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. 5. 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 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.4. 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." 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. All other terms and conditions of the Policy remain unchanged. Material used with permission of ISO Properties, Inc. G-140331-D (Ed. 01/13) Page 2 of 2 Copyright, CNA All Rights Reserved. G-18652-J NTapani Inc POLICY No.: 2088423659 (Ed. 07-12) CONTRACTORS' GENERAL LIABILITY EXTENSION ENDORSEMENT It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. The changes this endorsement makes do not apply with respect to any coverage that has been excluded or amended by another endorsement attached to this policy. SCHEDULE Coverage is summarized below. For particulars and limitations affecting each coverage, please refer to the corresponding policy provisions in the body of this endorsement. 1. Additional insureds Seven additional insured extensions. 2. Bodily Injury—Expanded Definition 3. Broad Knowledge of Occurrence/ Notice of Occurrence 4. Broad Named Insured 5. Broadened Liability Coverage For Damage To "Your Product'And "Your Work" Limit:$100,000. 6. Contractual Liability— Railroads Expanded definition of "insured contract." 7. Contractual Liability For Personal And Advertising Injury 8. Electronic Data Liability Loss of Electronic Data Limit: $100,000. 9. Expanded Personal And Advertising Injury- Discrimination Or Humiliation 10. Expected Or Intended Injury Reasonable force—"bodily injury"or"properly damage.' 11. General Aggregate Limits Of Insurance- Per Project 12. In Rem Actions 13. incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies Coverage for your interest in such terminated or ended organizations. 15. Legal Liability/Alienated Premises/Borrowed Equipment Coverage Extended perils. Default limit increased to$500,000 for Damage to Premises Rented To You. $25,000 limit for "property damage"to borrowed tools or equipment at a jobsite. 16. Liberalization Clause 17. Liquor Liability Coverage Extension 18. Medical Payments Limits increased to$15,000. Reporting increased to three years from the date of accident. 19. Non-owned Aircraft Coverage 20. Non-owned Watercraft Increased to 75 feet. 21. Primary And Non-Contributory To Other Insurance 22. Property Damage- Elevators 23. Supplementary Payments Cost of bail bonds increased to$5,000. Daily loss of earnings increased to $1,000. 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation- Blanket Waiver of subrogation where required by written contract or written agreement. 26. Wrap-Up Extension G-18652-J (Ed. 07-12) Page 1 of 12 Copyright,CNA All Rights Reserved. G-18652-J CNATapani Inc POLICY No.: 2088423659 (Ed. 07-12) 1. ADDITIONAL INSURED 2. With respect to the insurance afforded to these additional insureds, this insurance SECTION II—WHO IS AN INSURED is amended to does not apply to any "occurrence" which include as an insured any person or organization takes place after the equipment lease (called additional insured) described in paragraphs expires. A.through G. below whom you are required to add as an additional insured on this policy under a D. Lessor- Land written contract or written agreement, provided the An owner or other interest from whom land has written contract or written agreement: been leased by you but only with respect to i. is currently in effect or becomes effective liability arising out of the ownership, during the term of this policy; and maintenance or use of that specific part of the land leased to you and subject to the following if. Was executed prior to the "bodily injury," additional exclusions: "property damage" or "personal injury and advertising injury" for which the additional This insurance does not apply to: insured seeks coverage. 1. Any "occurrence" which takes place after However, we will not provide the additional you cease to lease that land; or insured any broader coverage or any higher limit 2. Structural alterations, new construction or of insurance than the least that is: demolition operations performed by or on a. The maximum permitted by law; behalf of such additional insured. b. Required in the written contract or written E. Lessor- Premises agreement; A manager or lessor of premises but only with c. Afforded to you under this policy; or respect to liability arising out of the ownership, maintenance or use of that specific part of the d. Described in the applicable paragraphs A. premises leased to you and subject to the through G. below. following additional exclusions: A. Controlling Interest This insurance does not apply to: Any persons or organizations with a controlling 1. Any "occurrence" which takes place after Interest in you but only with respect to their you cease to be a tenant in that premises; liability arising out of: or 1. Their financial control of you; or 2. Structural alterations, new construction or 2. Premises they own, maintain or control demolition operations performed by or on while you lease or occupy these premises. behalf of such additional insured. This insurance does not apply to structural F. Mortgagee, Assignee or Receiver alterations, new construction and demolition A mortgagee, assignee or receiver but only with operations performed by or for such additional respect to their liability as mortgagee, assignee, insured. or receiver and arising out of the ownership, B. Co-owner of Insured Premises maintenance, or use of a premises by you. A co-owner of a premises co-owned by you and This insurance does not apply to structural covered under this insurance but only with alterations, new construction or demolition respect to the co-owner's liability as co-owner of operations performed by or for such additional such premises. insured. C. Lessor- Equipment G. State or Governmental Agency or Subdivision or Political Subdivisions 1. Any person or organization from whom you lease equipment, but only with respect to A state or governmental agency or subdivision liability for "bodily injury," "property damage" or political subdivision subject to the following or "personal and advertising injury" caused, provisions: in whole or in part, by your maintenance, 1. This insurance applies only with respect to operation or use of equipment leased to you the following hazards for which the state or by such person or organization. governmental agency or subdivision or political subdivision has issued a permit or authorization in connection with premises 6-18652-J (Ed. 07-12) Page 2 of 12 Copyright, CNA All Rights Reserved. G-18652-J Owl Tapani Inc POLICY No.: 2088423659 (Ed. 07-12) you own, rent, or control and to which this You must give us or our authorized insurance applies: representative notice of an "occurrence," a. The existence, maintenance, repair, offense, claim, or "suit" only when the construction, erection, or removal of occurrence,' offense, claim or "suit" is known advertising signs, awnings, canopies, to: cellar entrances, coal holes, driveways, (1) You, if you are an individual; manholes, marquees, hoistaway openings, sidewalk vaults, street (2) A partner, if you are a partnership; banners, or decorations and similar (3) An executive officer or the employee exposures; or designated by you to give such notice, if you b. The construction, erection, or removal are a corporation; or of elevators; or (4) A manager, if you are a limited liability c. The ownership, maintenance or use of company. any elevators covered by this insurance. B. NOTICE OF OCCURRENCE 2. This insurance applies only with respect to Your rights under this Coverage Part will not be operations performed by you or on your prejudiced if you fail to give us notice of an behalf for which the state or governmental "occurrence,"offense, claim or"suit"and that agency or subdivision or political subdivision failure is solely due to your reasonable belief has issued a permit or authorization. that the "bodily injury"or"property damage" is 3. This insurance does not apply to: not covered under this Coverage Part. However, you shall give written notice of this "occurrence," a. "Bodily injury," "property damage" or offense, claim or"suit" to us as soon as you are "personal and advertising injury" arising aware that this insurance may apply to such out of operations performed for the "occurrence," offense claim or"suit." federal government, state or 4. BROAD NAMED INSURED municipality; or b. "Bodily injury" or "property damage" A. Any subsidiary or affiliate organization, other included within the "products-completed than a partnership, joint venture or limited operations hazard." liability company, in which a Named Insured specifically shown in the Declarations has A governmental permit which requires you to management control, directly or through one or add the governmental entity as an additional more subsidiary organizations, at the time of insured will trigger this Provision 1. as if the loss will qualify as a Named Insured but only if permit were a written contract. there is no other similar insurance available to 2. BODILY INJURY—EXPANDED DEFINITION such organization, nor similar insurance which would be available but for exhaustion of its SECTION V— DEFINITIONS, the definition of limits. For the purpose of this provision, similar "bodily injury" is changed to read: insurance means general liability or equivalent "Bodily injury" means bodily injury, sickness or insurance, no matter whether its coverage is disease sustained by a person, including death, broader or narrower than that provided by this insurance. But if the only other similar insurance humiliation, shock, mental anguish or mental injury is fora "consolidated (wrap-up) program,' then by that person at any time which results as a a subsidiary that qualifies as a Named Insured consequence of the bodily injury, sickness or on such project-specific insurance can still disease. qualify as a Named Insured on this insurance, 3. BROAD KNOWLEDGE OF OCCURRENCE/ but not for projects covered by the "consolidated NOTICE OF OCCURRENCE (wrap-up) program." Condition 2. Duties in The Event of Occurrence, [Please see Item 26.C. of this endorsement for Offense, Claim or Suit of SECTION IV— the definition of "consolidated (wrap-up) COMMERCIAL GENERAL LIABILITY program."] CONDITIONS is amended to add the following B. This endorsement does not apply to any provisions: organization for which coverage is excluded by A. BROAD KNOWLEDGE OF OCCURRENCE another endorsement attached to this policy. C. Only for the purpose of this endorsement: G-18652-J (Ed. 07-12) Page 3 of 12 Copyright,CNA All Rights Reserved. G-18652-J CNATapanl Inc POLICY No.: 2088423659 (Ed. 07-12) 1. Management control means: 1. Damage to Your Work a. Ownership interest representing more "Property damage"to "your work" arising out of than 50% of the voting, appointment, or it, or any part of it and included in the "products- designation power for the subsidiary completed operations hazard." organization's governing body; or This exclusion does not apply: b. Having the right, pursuant to a written (1) If the damaged work or the work out of contract, or pursuant to the by-laws, which the damage arises was charter, operating agreement, or similar performed on your behalf by a document of a specifically shown subcontractor; or Named Insured or controlled subsidiary organization to select, appoint, or (2) If the cause of loss to the damaged designate a majority of the subsidiary work arises as a result of: organization's governing body. Such contract or document must have been (a) Fire; created prior to the time of loss;or (b) Smoke; c. Having the right, pursuant to a written (c) Collapse; or trust agreement, to protect, control the use of, encumber or transfer and sell (d) Explosion. property held by a trust. B. The following paragraph is added to SECTION 2. Governing body means the Board of III—LIMITS OF INSURANCE: Directors of a corporation. Subject to 5. above, $100,000 is the most we 3. Loss means: will pay under Coverage A for the sum of damages arising out of any one "occurrence" a. The occurring of the "bodily injury" or because of"property damage"to "your product" "property damage"; or and"your work"that is caused by fire, smoke, b. The committing of the offense that collapse or explosion and is included within the caused the "personal and advertising "product-completed operations hazard." This injury." sublimit does not apply to "property damage"to "your work" if the damaged work or the work out D. The insurance provided by this policy applies to of which the damage arises was performed on Named Insureds when trading under their own your behalf by a subcontractor. names, or under such trading names or doing- business-as (DBA) names as any should C. This Provision 5. Broadened Liability choose to employ. Coverage For Damage To "Your Product" And "Your Work" does not apply if an 5. BROADENED LIABILITY COVERAGE FOR endorsement of the same name is attached to DAMAGE TO "YOUR PRODUCT" AND "YOUR this policy. WORK' 6. CONTRACTUAL LIABILITY—RAILROADS A. Under SECTION 1 — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE With respect to operations performed within 50 feet LIABILITY, Paragraph 2. Exclusions is amended of railroad property, the definition of"insured to delete exclusions k. and I. and replace them contract" in SECTION V— DEFINITIONS is with the following: replaced by the following: [This insurance does not apply to:] "Insured Contract" means: k. Damage to Your Product a. A contract for a lease of premises. However, that portion of the contract for a lease of "Property damage"to "your product" arising premises that indemnifies any person or out of it, or any part of it except when organization for damage by fire to premises caused by or resulting from: while rented to you or temporarily occupied by (1) Fire; you with permission of the owner is not an "insured contract"; (2) Smoke; b. A sidetrack agreement; (3) Collapse;or c. Any easement or license agreement; (4) Explosion. G-18652-J (Ed. 07-12) Page 4 of 12 Copyright,CNA All Rights Reserved. G-18652-J NTapani Inc POLICY No.: 2088423659 (Ed. 07-12) d. An obligation, as required by ordinance, to Damages arising out of the loss of, loss of use indemnify a municipality, except in connection of, damage to, corruption of, inability to access, with work for a municipality; or inability to manipulate "electronic data" that e. An elevator maintenance agreement; does not result from physical injury to tangible property. I. That part of any other contract or agreement However, this exclusion does not apply to pertaining to your business (including an liability for damages because of"bodily injury." indemnification of a municipality in connection with work performed for a municipality) under B. The following paragraph is added to SECTION which you assume the tort liability of another III—LIMITS OF INSURANCE: party to pay for "bodily injury" or "property Subject to 5. above, $100,000 is the most we damage" to a third person or organization. Tort will pay under Coverage A for all damages liability means a liability that would be imposed by law in the absence of any contract or arising out of any one "occurrence" because of agreement. "property damage"that results from physical injury to tangible property and arises out of Paragraph f.does not include that part of any "electronic data." contract or agreement: C. The following definition is added to the (1) That indemnifies an architect, engineer or SECTION V—DEFINITIONS: surveyor for injury or damage arising out of: "Electronic data" means information, facts or (a) Preparing, approving or failing to programs stored as or on, created or used on, prepare or approve maps, shop or transmitted to or from computer software drawings, opinions, reports, surveys, (including systems and applications software), field orders, change orders or drawings hard or floppy disks, CD-ROMS, tapes, drives, and specifications; or cells, data processing devices or any other (b) Giving directions or instructions, or media which are used with electronically failing to give them, if that is the primary controlled equipment. cause of the injury or damage; D. For the purposes of the coverage provided by (2) Under which the insured, if an architect, this endorsement, the definition of "property engineer or surveyor, assumes liability for damage" y the following: SECTION V — DEFINITIONS is an injury or damage arising out of the replaced by insured's rendering or failure to render 17. "Property damage" means: professional services, including those listed a. Physical injury to tangible property, in (1) above and supervisory, inspection, including all resulting loss of use of that architectural or engineering activities. property. All such loss of use shall be 7. CONTRACTUAL LIABILITY FOR PERSONAL deemed to occur at the time of the AND ADVERTISING INJURY physical injury that caused it; Under SECTION I—COVERAGE B—PERSONAL b. Loss of use of tangible property that is AND ADVERTISING INJURY LIABILITY, Paragraph not physically injured. All such loss of 2. Exclusions is amended to delete exclusion e. use shall be deemed to occur at the Contractual Liability. time of the "occurrence" that caused it; This provision 7. does not apply to any person or or organization who otherwise qualifies as an c. Loss of, loss of use of, damage to, additional insured on this Coverage Part. corruption of, inability to access, or 8. ELECTRONIC DATA LIABILITY inability to properly manipulate "electronic data," resulting from physical A. Under SECTION I — COVERAGE A — BODILY injury to tangible property. All such loss INJURY AND PROPERTY DAMAGE, of "electronic data" shall be deemed to Paragraph 2. Exclusions is amended to delete occur at the time of the "occurrence" exclusion p. Electronic Data and replace it with that caused it. the following: For the purposes of this insurance, [This insurance does not apply to:] "electronic data" is not tangible property. p. Electronic Data E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this G-18652-J (Ed. 07-12) Page 5 of 12 Copyright,CNA All Rights Reserved. G-18652-J Tapani Inc POLICY No.: 2088423659 (Ed. 07.12) it 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 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 (b) Any "executive officer," director, Limit, equal to the amount of the General Aggregate Limit, is the most we will pay for stockholder, partner, member or manager (if you are a limited liability the sum of; company) of the insured; and 1. All damages under Coverage A, except (2) Not directly or indirectly related to the damages because of "bodily injury" or employment, prospective employment, property damage" included in the past employment or termination of "products-completed operations employment of any person or persons hazard"; and 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 [This insurance does not apply to:] shall not reduce the General Aggregate 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 Fines Or Penalties "occurrences" which cannot be attributed 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- This provision 9. does not apply to any person completed operations hazard"; and 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 10. EXPECTED OR INTENDED INJURY attributed solely to ongoing operations at a 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 Tapani Inc POLICY No.: 2088423659 (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 Construction Project Aggregate Limit or the (b) All acts, errors or omissions that General Aggregate Limit, depending on whether are logically connected by any the "occurrence" can be attributed solely to common fact, circumstance, ongoing operations at a particular construction situation, transaction, event, advice project. or decision will be considered to 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 "bodilyinjury" arising provided, any payments for damages because f y p l y o of "bodily injury" or "property damage" included from an "occurrence" will be deemed to in the "products-completed operations hazard," have occurred the time of the first regardless of the number of locations involved act, error, or omission that is part of the will reduce the Products-Completed Operations occurrence"; and 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 premises owned by or rented to the insured has Liability of SECTION I — COVERAGE A — been abandoned and then restarted, or if the BODILY INJURY AND PROPERTY DAMAGE, authorized contracting parties deviate from is amended to append the following: 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 F. The provisions of SECTION III — LIMITS OF would be available but for exhaustion of its INSURANCE not otherwise modified by this limits), this exclusion does not apply to "bodily endorsement shall continue to apply as injury"that arises out of a"health care incident." stipulated. C. SECTION V— DEFINITIONS is amended to add 12. IN REM ACTIONS the following new definition: Any action in rem against any vessel owned or "Health care incident" means a negligent act, operated by or for you, or chartered by or for you will error or omission by your "employees" or be treated in the same manner as though the action volunteer workers" working on your behalf al were in personam against you. the rendering of or failure to render professional 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 LIABILITY OF SECTION I — COVERAGES is e. Chiropractor; amended to replace Insuring Agreement f. Dentist; Paragraphs 1.b.(1) and 1.b.(2) with the following: g. Athletic trainer; 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 if: J. Psychologist; (1) The "bodily injury" is caused by an k. Speech therapist; "occurrence" that takes place in the 1. 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. G-18652-J ��� Tapani Inc POLICY No.: 2088423659 (Ed. 07-12) m. Provider of first aid or Good Samaritan a. "bodily injury" to a co-"volunteer worker" services rendered in an emergency and for while performing duties related to the which no payment is demanded or received. conduct of your business; and D. SECTION I—COVERAGE A—BODILY INJURY b. "bodily injury" to an "employee" while in AND PROPERTY DAMAGE, Paragraph 2. the course of the "employee's" Exclusions is amended to add the following employment by you or while performing additional exclusions. These new exclusions duties related to the conduct of your apply only to this Incidental Health Care business; Malpractice Coverage: when such "bodily injury" arises out of a [This insurance does not apply to:] "health care incident." Dishonesty or Crime 3. Paragraphs 2.a. (1)(a), (b) and (c) of Any dishonest, criminal or malicious act, error or SECTION II — WHO IS AN INSURED do omission. not apply to bodily injury' for which insurance is provided this Provision 13. Clinical Trials /Product Testing 4. Paragraph 2.a.(1)(d) of SECTION II—WHO Acts, errors or omissions that occur in the IS AN INSURED is deleted. course of human clinical trials or product G. With respect to the insurance provided by this testing. Provision 13., the following is added to Medicare/Medicaid Fraud Paragraph 4.b.(1) of SECTION IV — Medicare or Medicaid fraud or abuse. COMMERCIAL GENERAL LIABILITY CONDITIONS: Services Excluded by Endorsement To the extent this insurance applies, it is excess Any "health care incident" for which coverage is over any of the other insurance (including excluded by endorsement. qualified self insurance), whether primary, E. SECTION V— DEFINITIONS is amended to add excess, contingent or on any other basis, except the following subparagraph to Para rah f. of for insurance purchased specifically by you to 9Paragraph be excess of this policy. the definition of"insured contract": 14. JOINT VENTURES / PARTNERSHIP / LIMITED Paragraph f. does not include that part of any LIABILITY COMPANIES contract or agreement: (4) Under which you assume another's tort A. The fallowing is added to SECTION II — WHO IS AN INSURED: liability for "bodily injury" arising out of the rendering of or failure to render professional 4. You are an insured when you had an health care services. interest in a joint venture, partnership or F. SECTION II — WHO IS AN INSURED is limited liability company which terminated or ended prior to or during this policy period, amended to add the following provisions: but only to the extent of your interest in such 1. Your "employees" are insureds with respect joint venture, partnership or limited liability to: company. This coverage does not apply: a. "bodily injury" to a co-"employee" while a. Prior to the termination date of any joint in the course of the co-"employee's" venture, partnership or limited liability employment by you or while performing company; duties related to the conduct of your b. If there is other valid and collectible business; and insurance purchased specifically to b. "bodily injury" to a "volunteer worker" insure the partnership, joint venture or while performing duties related to the limited liability company; or conduct of your business; c. To a joint venture, partnership or limited when such "bodily injury" arises out of a liability company which is or was "health care incident." insured under a "consolidated (wrap-up) nsurance program." 2. Your "volunteer workers" are insureds with respect to: G-18652-J (Ed. 07-12) Page 8 of 12 Copyright,CNA All Rights Reserved. i I G-18652-J CNATapani Inc POLICY No.: 2088423659 (Ed. 07-12) [Please see Item 26.C. of this endorsement Paragraphs (1), (3) and (4) of this exclusion for the definition of "consolidated (wrap-up) do not apply to "property damage" (other program."] than damage by fire) to premises rented to B. The last paragraph of SECTION 11 — WHO IS you or temporarily occupied by you with the AN INSURED is deleted and replaced by the permission of the owner, or to the contents following: of premises rented to you for a period of 7 or fewer consecutive days. A separate limit Except as provided under the Contractors' of insurance applies to Damage To General Liability Extension Endorsement or by Premises Rented To You as described in the attachment of another endorsement (if any), SECTION III—LIMITS OF INSURANCE. no person or organization is an insured with Paragraphs (3), (4), (5) and (6) of this respect to the conduct of any current or past exclusion do not apply to liability assumed partnership, joint venture or limited liability under a sidetrack agreement. company that is not shown as a Named Insured in the Declarations. Paragraph (6) of this exclusion does not 15. LEGAL LIABILITY/ALIENATED PREMISES/ apply to "property damage" included in the BORROWED EQUIPMENT products-completed operations hazard." A B• Under SECTION I — COVERAGE A — BODILY A. Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, INJURY AND PROPERTY DAMAGE the last Paragraph 2. Exclusions is amended to delete paragraph of Paragraph 2. Exclusions is deleted exclusion J. Damage to Property in its entirety and replaced by the following. and replace it with the following: Exclusions c, through n. do not apply to [This insurance does not apply to:] damage by fire to premises while rented to you or temporarily occupied by you with permission j. Damage to Property of the owner nor to the contents of premises "Property damage"to: rented to you for a period of 7 or fewer consecutive days. (1) Property you own, rent, or occupy; A separate limit of insurance applies to this (2) Premises you sell, give away or coverage as described in SECTION III—LIMITS abandon, if the "property damage" OF INSURANCE. arises out of any part of those C. The following paragraph is added to SECTION premises; III— LIMITS OF INSURANCE: (3) Property loaned to you; Subject to 5. above, $25,000 is the most we will (4) Personal property in the care, custody pay under Coverage A for damages arising out or control of the insured; of any one "occurrence" because of "property damage" to tools or equipment loaned to you by (5) That particular part of real property on others that occurs while the equipment is being which you or any contractors or used to perform operations. subcontractors working directly or indirectly on your behalf are performing D. Paragraph 6. Damage To Premises Rented To operations, if the "property damage" You Limit of SECTION III — LIMITS OF arises out of those operations; or INSURANCE is replaced by the following: (6) That particular part of any property that 6. Subject to Paragraph 5. above, (the Each must be restored, repaired or replaced Occurrence Limit), the Damage To because "your work" was incorrectly Premises Rented To You Limit is the most performed on it. we will pay under SECTION — I — COVERAGE A for damages because of Paragraph (2) of this exclusion does not "property damage" to any one premises apply if the premises are "your work." while rented to you or temporarily occupied Paragraphs (3) and (4) of this exclusion do by you with the permission of the owner, not apply to "property damage" to tools or including contents of such premises rented equipment loaned to you. A separate limit to you for a period of 7 or fewer consecutive of insurance applies to such tools or days. The Damage To Premises Rented To equipment that are damaged while being You Limit is the greater of: used in your operations. a. $500,000; or G-18652-J (Ed. 07-12) Page 9 of 12 Copyright,CNA All Rights Reserved. I G-18652-J NTapani Inc POLICY No.: 2088423659 (Ed. 07-12) b. The Damage To Premises Rented To This paragraph B. does not apply to medical You Limit shown in the Declarations. expenses incurred in the state of Missouri. E. Paragraph 4.b.(1)(a)(Ii) of SECTION IV — 19. NON-OWNED AIRCRAFT COMMERCIAL GENERAL LIABILITY Under SECTION I—COVERAGE A—BODILY CONDITIONS is deleted and replaced by the INJURY AND PROPERTY DAMAGE LIABILITY. following: Paragraph 2. Exclusions is amended such that (fi) That is property insurance for premises exclusion g. Aircraft, Auto or Watercraft does not rented to you, for premises temporarily apply to an aircraft you do not own, provided that: occupied by you with the permission of the 1. The pilot in command holds a currently effective owner; or for personal property of others in certificate issued by the duly constituted your care, custody or control; authority of the United States of America or F. This Provision 15. does not apply if Damage To Canada, designating that person as a Premises Rented To You Liability under commercial or airline transport pilot; SECTION — I — COVERAGE A is excluded by 2. The aircraft is rented to you with a trained, paid endorsement. crew; and 16. LIBERALIZATION CLAUSE 3. The aircraft does not transport persons or cargo If we adopt a change in our forms or rules which for a charge. would broaden coverage for contractors under this 20. NON-OWNED WATERCRAFT endorsement without an additional premium charge, your policy will automatically provide the additional Under SECTION I—COVERAGE A— BODILY coverage as of the date the revision is effective in INJURY AND PROPERTY DAMAGE LIABILITY, your state. Paragraph 2. Exclusions is amended to delete 17. LIQUOR LIABILITY subparagraph (2) of exclusion g. Aircraft, Auto or Watercraft and replace it with the following. Under SECTION 1—COVERAGE A—BODILY [This exclusion does not apply to:] INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended to delete exclusion c. (2) A watercraft you do not own that is: Liquor Liability, (a) Less than 75 feet long; and This provision 17. does not apply to any person or organization who otherwise qualifies as an (b) Not being used to carry persons or property additional insured on this Coverage Part. for a charge. 18. MEDICAL PAYMENTS 21. PRIMARY AND NON-CONTRIBUTORY TO OTHERINSURANCE A. Paragraph 7. Medical Expense Limit, of SECTION III — LIMITS OF INSURANCE is With respect to any person or organization that is an deleted and replaced by the following: additional insured under this Coverage Part, the following is added to Paragraph 4. of SECTION IV— 7. Subject to Paragraph 5. above (the Each COMMERCIAL GENERAL LIABILITY Occurrence Limit), the Medical Expense CONDITIONS: Limit is the most we will pay under SECTION — i — COVERAGE C for all if you have agreed in writing in a contract or medical expenses because of "bodily injury" agreement that this insurance is primary and non- sustained by any one person. The Medical contributory relative to an additional insured's own Expense Limit is the greater of: insurance, then this insurance is primary and we will not seek contribution from that other insurance. For (1) $15,000; or the purpose of this Provision 21.,the additional (2) The amount shown in the Declarations insured's own insurance means insurance on which for Medical Expense Limit. the additional insured is a Named Insured. B. Paragraph 1.a.(3)(b) of SECTION I — This Provision 21. does not apply in situations COVERAGE C MEDICAL PAYMENTS, is where the endorsement on this policy affording replaced by the following: coverage to the additional insured specifies that this insurance is excess over any other insurance (b) The expenses are incurred and reported to available to that additional insured. us within three years of the date of the 22 PROPERTY DAMAGE—ELEVATORS accident; and G-18652-J (Ed. 07-12) Page 10 of 12 Copyright, CNA All Rights Reserved. G-18652-J Tapanf Inc POLICY No.: 2088423659 (Ed. 07-12) MVAFWAM A. Under SECTION I — COVERAGE A — BODILY However, this waiver applies only when you have INJURY AND PROPERTY DAMAGE, agreed in writing to waive such rights of recovery in Paragraph 2. Exclusions is amended such that a contract or agreement, and only if the contract or exclusion k. Damage to Your Product, and agreement: subparagraph (3), (4) and (6) of exclusion J. 1. Is in effect or becomes effective during the term Damage to Property do not apply 'property damage"that results from the use of elevators. of this policy; and B. With respect only to the coverage provided by 2. Was executed prior to loss. this endorsement, Condition 4. Other 26. WRAP-UP EXTENSION: OWNER CONTROLLED Insurance in SECTION IV — COMMERCIAL INSURANCE PROGRAM, CONTRACTOR GENERAL LIABILITY CONDITIONS is CONTROLLED INSURANCE PROGRAM OR amended to add the following subparagraph CONSOLIDATED (WRAP-UP) INSURANCE b.(1)(a)(v): PROGRAMS 4. Other Insurance Note:The following provision does not apply to any b. Excess Insurance public construction project in the state of Oklahoma, nor to any construction project in the state of (1) This insurance is excess over: Alaska, that is not permitted to be insured under a (a) Any of the other insurance, "consolidated (wrap-up) insurance program"by whether primary, excess, applicable state statute or regulation: contingent or on any other If the endorsement EXCLUSION — basis: CONSTRUCTION WRAP-UP or another (v) That is Property insurance exclusionary endorsement pertaining to Owner covering property of others Controlled Insurance Programs (O.C.I,P.) or damaged from the use of Contractor Controlled Insurance Programs elevators. (C.C.I.P.) is attached to this policy, then the following changes apply: 23. SUPPLEMENTARY PAYMENTS A. The following wording is added to the A. Under Section I —Supplementary Payments — endorsement: Coverages A and B, Paragraph 1.b., the limit of With respect to a"consolidated (wrap-up) $250 shown for the cost of bail bonds is insurance program"project in which you are or replaced by$5,000: were involved,this exclusion does not apply to B. In Paragraph 1.d., the limit of $250 shown for those sums you become legally obligated to pay daily loss of earnings is replaced by$1,000. as damages because of: 24. UNINTENTIONAL FAILURE TO DISCLOSE 1. "Bodily injury," "property damage," or HAZARDS "personal or advertising injury" that occurs you should fail to disclose all during your ongoing operations at the If unintentionally project, or during such operations of anyone existing hazards at the inception date of your policy, acting on your behalf; nor we will not deny coverage under this Coverage Part because of such failure. 2. "Bodily injury" or "property damage" 25. WAIVER OF SUBGROGATION - BLANKET included within the "products-completed operations hazard" that arises out of those Under SECTION IV—COMMERCIAL GENERAL portions of the project that are not LIABILITY CONDITIONS, The Transfer Of Rights "residential structures." Of Recovery Against Others To Us Condition is B. SECTION IV — COMMERCIAL GENERAL amended by the addition of the following: LIABILITY CONDITIONS is amended to add the We waive any right of recovery we may have following subparagraph 4.b.(1)(c) to Condition against any person or organization because of 4. Other Insurance: payments we make for injury or damage arising out [This insurance is excess over:] of: (c) Any of the other insurance whether primary, 1. Your ongoing operations; or excess, contingent or any other basis that is 2. "Your work" included in the "products completed insurance available to you as a result of operations hazard." your being a participant in a "consolidated (wrap-up) insurance program," but only as G-18652-J (Ed. 07-12) Page 11 of 12 Copyright, CNA All Rights Reserved. G-18652-J CNATapani Inc POLICY No.: 2088423659 (Ed. 07-12) respects your involvement in that residency including but not limited to single or "consolidated (wrap-up) insurance multifamily housing, apartments, condominiums, program." townhouses, co-operatives or planned unit C. SECTION V— DEFINITIONS is amended to add developments and also includes their common the following definition: areas and/or appurtenant structures (including pools, hot tubs, detached garages, guest "Consolidated (wrap-up) insurance program" houses or any similar structures). When there is means a construction, erection or demolition no individual ownership of units, residential project for which the prime contractor/project structure does not include military housing, manager or owner of the construction project college/university housing or dormitories, long has secured general liability insurance covering term care facilities, hotels, or motels. some or all of the contractors or subcontractors Residential structure also does not include involved in the project, such as an Owner hospitals or prisons. Controlled Insurance Program (O.C.I.P.) or This provision 26. does not apply to any person Contractor Controlled Insurance Program or organization who otherwise qualifies as an (C.C.I.P.). additional insured on this Coverage Part. "Residential structure" means any structure where 30%or more of the square foot area is used or is intended to be used for human All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. i Material used with permission of ISO Properties, Inc I G-18652-J (Ed. 07-12) Page 12 of 12 Copyright, CNA All Rights Reserved. Tapani Inc POLICY No.: 2088423676 SCA 23 500D (Ed. 10/11) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EXTENDED COVERAGE ENDORSEMENT - BA PLUS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILTY COVERAGE 1. Which are no longer in force; or A. Who Is An Insured 2. Whose limits have been exhausted. The following is added to Section II, Paragraph B. Bali Bonds and Loss of Earnings A.1.,Who Is An Insured: Section II, Paragraphs A.2.a.(2) and A.2.a.(4) are 1. a. Any incorporated entity of which the Named revised as follows: Insured owns a majority of the voting stock 1, In a.(2), the limit for the cost of bail bonds is on the date of inception of this Coverage increased from $2,000 to $5,000, and Form; provided that, b. The insurance afforded by this provision 2. In a.(4), the limit for the loss of earnings is A.1. does not apply to any such entity that is increased from $250 to $500 a day. an "insured" under any other liability"policy" C. Fellow Employee providing "auto"coverage. Section II, Paragraph 6.5 does not apply. 2. Any organization you newly acquire or form, other than a limited liability company, Such coverage as is afforded by this provision C. is partnership or joint venture, and over which you excess over any other collectible insurance. maintain majority ownership interest. II. PHYSICAL DAMAGE COVERAGE I The insurance afforded by this provision A.2.: A. Towing a. Is effective on the acquisition or formation Section III. Paragraph A.2., is revised to include date, and is afforded only until the end of Light Trucks up to 10,000 pounds G.V.W. the policy period of this Coverage Form, or the next anniversary of its inception date, B. Glass Breakage — Hitting A Bird Or Animal — whichever is earlier. Falling Objects Or Missiles b. Does not apply to: The following is added to Section III, Paragraph A.3.: (1) "Bodily injury" or "property damage" caused by an "accident" that occurred With respect to any covered "auto," any deductible before you acquired or formed the shown in the Declarations will not apply to glass organization; or breakage if such glass is repaired, in a manner (2) Any such organization that is an acceptable to us, rather than replaced. "Insured" under any other liability C. Transportation Expenses "policy" providing "auto"coverage. Section III, Paragraph AA.a. is revised, with 3. Any person or organization that you are respect to transportation expense incurred by you, obligated to provide Insurance where required to provide: by a written contract or agreement is an insured, a. $60 per day, in lieu of$20; subject to but only with respect to legal responsibility for acts or omissions of a person for whom Liability b. $1,800 maximum, in lieu of$600. Coverage is afforded under this policy. D. Loss of Use Expenses 4. An "employee" of yours is an "insured" while Section III, Paragraph AA.b. is revised, with operating an "auto" hired or rented under a respect to loss of use expenses incurred by you, to contract or agreement in that "employee's" provide: name, with your permission, while performing duties related to the conduct of your business. a. $1,000 maximum, in lieu of$600. "Policy," as used in this provision A. Who Is An E. Personal Property Insured, includes those policies that were in force The following is added to Section III, Paragraph on the inception date of this Coverage Form but: AA. SCA 23 500D Copyright,CNA Corporation,2000. Page 1 of 3 (Ed. 10/11) Includes copyrighted material of the Insurance Services Office used with its permission. Tapani Inc POLICY No.: 2088423676 SCA 23 500D CNA (Ed. 10/11) c. We will pay up to $500 for loss to Personal a. Any covered "auto" you lease, hire, rent or Property which is: borrow without a driver; and (1) Owned by an "insured"; and b. Any covered "auto" hired or rented by your (2) In or on the covered "auto." "employee" without a driver, under a contract in that individual "employee's" This coverage applies only in the event of a total name, with your permission, while theft of your covered "auto." performing duties related to the conduct of This insurance is excess over any other your business. collectible insurance and no deductible applies. c. The most we will pay for any one "accident" F. Rental Reimbursement or "loss" is the actual cash value, cost of repair, cost of replacement or $75,000 The following is added to Section III, Paragraph whichever is less minus a $500 deductible AA.: for each covered auto. No deductible d. We will pay for rental reimbursement expenses applies to "loss" caused by fire or lightning. incurred by you for the rental of an "auto" because of "loss" to a covered "auto." Payment d. The physical damage coverage as is applies in addition to the otherwise applicable provided by this provision will be limited to amount of each coverage you have on a the types of physical damage coverage(s) covered "auto." No deductibles apply to this provided on your owned "autos." coverage. e. Such physical damage coverage for hired 1. We will pay only for those expenses "autos"will: incurred during the policy period beginning (1) Include loss of use, provided it is the 24 hours after the "loss" and ending, consequence of an "accident" for which regardless of the policy's expiration, with the the Named Insured is legally liable, and lesser of the following number of days: as a result of which a monetary loss is (a) The number of days reasonably sustained by the leasing or rental required to repair or replace the concern. covered "auto"; or, (2) Such coverage as is provided by this (b) 15 days, provision G.e.(1) will be subject to a 2. Our payment is limited to the lesser of the limit of$750 per"accident." following amounts: H. Airbag Coverage (a) Necessary and actual expenses The following is added to Section III, Paragraph incurred; or, B.3. (b) $25 per day subject to a maximum of The accidental discharge of an airbag shall not be $375. considered mechanical breakdown. 3. This coverage does not apply while there 1. Electronic Equipment are spare or reserve "autos" available to Section III, Paragraphs B.4.c and B.4.d. are you for your operations. deleted and replaced by the following: 4. If "loss" results from the total theft of a c. Physical Damage Coverage on a covered covered "auto" of the private passenger "auto" also applies to "loss" to any type, we will pay under this coverage only permanently installed electronic equipment that amount of your rental reimbursement including its antennas and other expenses which is not already provided for accessories under the Physical Damage Coverage Extension. d. A$100 per occurrence deductible applies to G. Hired "Autos" the coverage provided by this provision. The following is added to Section III. Paragraph A.: J. Diminution in Value 5. Hired "Autos" The following is added to Section III, Paragraph 8.6. If Physical Damage coverage is provided under Subject to the following, the "diminution in value" this policy, and such coverage does not extend exclusion does not apply to: to Hired Autos, then Physical Damage coverage is extended to: SCA 23 500D copyright,ONA corporation,2000. Page 2 of 3 (Ed. 10/11) Includes copyrighted material of the Insurance services Office used with Its permission, PMATapani Inc POLICY No.: 2088423676 SCA 23 500D (Ed. 10/11) a. Any covered "auto"of the private passenger governing document, and, while a resident of type you lease, hire, rent or borrow, without the same household, includes that person's a driver for a period of 30 days or less, while spouse. performing duties related to the conduct of Such "executive officers" are "insureds" while your business; and using a covered "auto" described in this b. Any covered "auto" of the private passenger provision. type hired or rented by your "employee" IV. BUSINESS AUTO CONDITIONS without a driver for a period of 30 days or less, under a contract in that individual A. Duties In The Event Of Accident, Claim, Suit Or "employee's" name, with your permission, Loss while performing duties related to the The following is added to Section IV, Paragraph conduct of your business. A.2.a. c. Such coverage as is provided by this (4) Your "employees" may know of an provision is limited to a "diminution in value"loss arising directly out of accidental "accident" or "loss." This will not mean that damage and not as a result of the failure to you have such knowledge, unless such make repairs; faulty or incomplete accident" or "loss" is known to you or if you maintenance or repairs; or the installation of are not an individual, to any of your substandard parts. executive officers or partners or your insurance manager. d. The most we will pay for "loss" to a covered The following is added to Section IV, Paragraph "auto" in any one accident is the lesser of: A 2 b (1) $5,000; or (6) Your "employees" may know of documents (2) 20% of the "auto's" actual cash value received concerning a claim or "suit." This (ACV) will not mean that you have such III. Drive Other Car Coverage— Executive Officers knowledge, unless receipt of such documents is known to you or if you are not The following is added to Sections II and III: an individual, to any of your executive 1. Any "auto" you don't own, hire or borrow is a officers or partners or your insurance covered "auto"for Liability Coverage while being manager. used by, and for Physical Damage Coverage B. Concealment, Misrepresentation or Fraud while in the care, custody or control of, any of The following is added to Section IV, Paragraph your"executive officers,"except: B 2 a. An "auto" owned by that "executive officer" your failure to disclose all hazards existing on the or a member of that person's household; or date of inception of this Coverage Form shall not b. An "auto" used by that "executive officer" prejudice you with respect to the coverage afforded while working in a business of selling, provided such failure or omission is not intentional. servicing, repairing or parking "autos." C. Policy Period, Coverage Territory Such Liability and/or Physical Damage Section IV, Paragraphs 7.(5).(a). is revised to Coverage as is afforded by this provision will be: provide: (1) Equal to the greatest of those a. 45 days of coverage in lieu of 30 days coverages afforded any covered "auto"; and V. DEFINITIONS (2) Excess over any other collectible Section V. Paragraph C. is deleted and replaced insurance. by the following: 2. For purposes of this provision, "executive "Bodily injury" means bodily injury, sickness or officer" means a person holding any of the disease sustained by a person, including mental officer positions created by your charter, anguish, mental injury or death resulting from any of constitution, by-laws or any other similar these SCA 23 500D copyright,cNA corporation,2000. Page 3 of 3 (Ed. 10/11) Includes copyrighted material of the Insurance Services Office used with its permission. TAPAN-1 OP ID: MH ►coRe� CERTIFICATE OF LIABILITY INSURANCE Da 1129/ 014 � ovzsrzola 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), I PRODUCER Phone: 503-224-2500 CONTNAMEAC_T Melissa C Hall Anchor Insurance, Surety. Inc Fax: 503-224-9830 aZ%EBiMI-224.2500 FAX No); 503-224-9830 1201 SW 12th Ave.,Suite 500 -- j E-MA L Portland,OR 97205-2030 ADDREss: mhall@anchorias.com Patrick Cooney - - INSURER(S)AFFORDING COVERAGE _ NAIC# INSURER A;Great American Insurance Co. 16691 INSURED Tapani Inc. INSURER B: PO Box 1900 Baffle Ground,WA 98604 INSURER C: 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. INSR - - - -- - POLICY EFF POLICY E%P LTR TYPE OF INSURANCE POLICY NUMBER MMIDOIYYYY MMIDDIYYYV LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 COMMERCIAL GENERAL LIABILITY X PREMISES Ea=rns CLAIMS-MADE -_� OCCUR MED EXP(Any one person) A X Prptessional Llah PCE 2111332 1013112013',, 10/31/2014 PERSONAL a ADV INJURY _ $ GENERAL AGGREGATE $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGO S POLICY PRO LOO $ COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY Ea accident $ ANY AUTO BODILY INJURY(Per person) ! $ AUTTOS OWNED AUTOS ( $-- -- SCHEDULED BODILY INJURY Per accident) NON OWNED POPE deipDAMAGE _5_ HIR ED AUTOS AUTOS ---. -- UMBRELLA LIAB OCCUR EACH OCCURRENCE $ _ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I J RETENTIONS $ WORKERS COMPENSATION WC STATU- OTH- ANDEMPLOYERS'LIABILITY _- TORY LIPI ER ANY PROPRIETORIPARTNERIEXECUTIVE Y� NIA E.L.EACH ACCIDENT $ _ OFFICERIMEMBER EXCLUDED? E.L.DISEASE-EAEMPLOYE ' $ _ (Mandatory In NIH _If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-PCLOYDMIT $ A Pollution Liab. X PCE 2111332 10/31/2013 10/31/2014 Each 5,000,00 10131/2013 10/31/2014 Aggregate 5,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Adtlltlonel Remarks bchatlule,if mare space is requiretll RE: Briscoe-Desimone Levee Reach 2 & 3/Langholtz. Project Humbert 09-3010. Automatic waiver of subrogation applies when required by written contract; coverage is primary when required by written contract, per the attached endorsements. CERTIFICATE HOLDER CANCELLATION KENTT-1 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 220 4th Avenue South AUTHORIZED REPRESENTATIVE Kent,WA 98032-5895 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks-of ACORD GRBA.T ", p CI4 eSVeetfi e5 INSURANCE 600uP Td:1.513d )49-16950002 PCE 69 21 (Ed, 06 09) ENDORSEMENT#4 This endorsement, effective 12:01 a.m., 1013112013,forms a part of Policy No. PCE 2111332 03 issued to TAPANI, INC. By GREAT AMERICAN INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, WAIVER OF SUBROGATION a BLANKET WHEN REQUIRED BY WRITTEN CONTRACT This endorsement modifies Insurance provided under the following: PROFESSIONAL AND CONTRACTING SERVICES ENVIRONMENTAL LIABILITY INSURANCE POLICY The INSURED and the Company agree to the following Polley change(s): Section IX. CONDITIONS, Item O. SUBROGATION is deleted in its entirety and replaced with the following: 0. SUBROGATION -If the INSURED has rights to recover,from another person or organization,all or any part of a payment the Company makes under this Policy, those rights are transferred to the Company. The INSURED shall execute and deliver Instruments and papers and do whatever also is necessary to secure such rights.The INSURED shall do nothing to prejudice such rights.Any ironies recovered as a result of subrogation proceedings shall accrue first to the INSURED to the extent of any payments It made in excess of the limits of liability,then to the Company to the extent of Its payment under the Policy, and then to the INSURED to the extent of its payment of the self-Insured retention. Expenses Incurred in such subrogation proceedings shall be apportioned amongst the INSURED and Company in the proportion that each Interested party's share in the recovery bears to the total recovery, However, the Company specifically waives any rights of recovery against any person or organization as required in a written contract that was fully executed prior to the commencement of the applicable CONTRACTING SERVICES or PROFESSIONAL SERVICES. All other terms and conditions remaln the same. II Page 1 of 1 fu[�(T`r jp j�rA KI AdA01090Y.OMCM M E.LIN slwt INSURANCE ONOUP Gnd�5 3OWo 452N 000 PCE 6917(Ed. 04 10) ENDORSEMENT#8 This endorsement, effective 12:01 a.m., 10/31/2013,forms a part of Policy No. PCE 2111332 03 issued to TAPANI, INC, By GREAT AMERICAN INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY INSURANCE FOR CLIENT WHEN REQUIRED BY WRITTEN CONTRACT e COVERAGE U ONLY This endorsement modifies Insurance provided under the following: PROFESSIONAL AND CONTRACTING SERVICES ENVIRONMENTAL LIABILITY INSURANCE POLICY The INSURED and the Company agree to the following Policy change(s): Section II. DEFINITIONS, Item N. INSURED is deleted in Its entirety and replaced with the following; N. INSURED means: 1, the FIRST NAMED INSURED,any ADDITIONAL NAMED INSURED, and any present or former director,officer, partner,member, employee, leased or temporary worker thereof,while acting within the scope of his/her duties as such; and 2,any organization or entity in which the FIRST NAMED INSURED has an ownership interest of fifty percent(50%)or more, or otherwise has management control over, as of file inception date of this Policy; and 3.any joint ventures in which the INSURED Is named as a co-venturer, but solely with regard to the INSURED's liability arising out of Its CONTRACTING SERVICES provided under such joint venture; and 4,solely with regard to Coverage B under this Policy: When required by written contract, INSURED also Includes the client for whom the INSURED performs CONTRACTING SERVICES provided that such contract was signed by the INSURED and such client prior to the date the POLLUTION CONDITION first commenced. However, the client is included as an INSURED under this Policy solely to the extent that the client is found liable based upon CONTRACTING SERVICES negligently performed by an INSURED other than the client. Coverage for such client under this Policy shall not exceed the lesser of the following amounts: L the Limit of Liability required under such written contract;or it, the applicable Coverage B Limit of Liability of this Policy, Notwithstanding Section IX. CONDITIONS, Item L. OTHER INSURANCE, and only when required by such written contract,the coverage afforded under this Policy for any entity who Is an INSURED solely by reason of subparagraph 4.shall apply as primary as to any other valid and collectible insurance available to such INSURED. Page 1 of 2 GREATf�MERICAN 301 F.a0h sneer INSUfl6NCr CROUP GndwU,Wo 4W2 7d1 1sI"W5000 PCE 09 17 (Ed. 04 10) All other terms and conditions remaln the same. ill Page 2 of 2 S'rAlc OF WAS IINOION Department of Labor & Industries CB' eriririca're cif' Workers ' Compensation Coverage January 28, 2014 WA UBI No. 600 642 677 L&I Account ID 478,929-00 Legal Business Name TAPANI INC Doing Business As TAPANI UNDERGROUND INC Workers' Comp Premium Status: Account is current. Estimated Workers Reported Quarter 3 of Year 2013 "Greater than '100 (Soo Description Below) Workers" Account Representative: TO / KRISTINE HATI (AWAY (360)902- 4811 - Ernail: I IAII<235@lni,wa.gov Ini.wa.gov Licensed Contractor? Yes License No. TAPANI*883OE License Expiration 09/05/2014 What does "Estimated Workers Reported" mean? Estimated workers reporter) represents the number of full time position requiring at least 480 hours of work per, calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. i Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 5I.1 2,0S0 and 51 .16.190), l 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 ................................................................. 1-9 1-06 Control of Material ........................................................... 1-18 1-07 Legal Relations and Responsibilities to the Public.................. 1-20 1-08 Prosecution and Progress .................................................. 1-26 1-09 Measurement and Payment ............................................... 1-31 1-10 Temporary Traffic Control ................................................. 1-33 DIVISION 2 EARTHWORK.............................................................2-1 2-01 Clearing, Grubbing and Roadside Cleanup .............................2-1 2-02 Removal of Structures and Obstructions................................2-1 2-03 Roadway Excavation and Embankment .................................2-5 2-06 Subgrade Preparation.........................................................2-8 2-07 Watering ..........................................................................2-8 2-12 Construction Geosynthetic...................................................2-9 DIVISION 4 BASES.......................................................................4-1 4-03 Gravel Borrow ...................................................................4-1 4-04 Ballast and Crushed Surfacing .............................................4-2 4-05 Levee Embankment Fill..................................I....................4-3 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .................5-1 5-04 Hot Mix Asphalt .................................................................5-1 5-05 Cement Concrete Pavement ................................................5-4 I DIVISION 6 STRUCTURES ............................................................6-1 6-02 Concrete Structures ...........................................................6-1 6-06 Pedestrian Handrail ............................................................6-4 6-20 Sheet Piling ......................................................................6-6 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 7-12 Valves for Water Mains .......................................................7-9 i Briscoe-Desi more Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 Erosion Control and Water Pollution Control...........................8-1 8-02 Roadside Restoration..........................................................8-9 8-03 Irrigation Systems ........................................................... 8-13 8-04 Curbs, Gutters, and Spillways............................................ 8-15 8-12 Chain Link Fence and Wire Fence ....................................... 8-15 8-14 Cement Concrete Sidewalk................................................ 8-17 8-15 Riprap............................................................................ 8-17 8-21 Permanent Signing........................................................... 8-18 8-22 Pavement Marking ........................................................... 8-19 8-24 Rock Wall ....................................................................... 8-20 8-26 Floodgate ....................................................................... 8-21 8-27 Bollards.,........................................................................ 8-22 8-28 Pothole Utilities ............................................................... 8-23 8-30 Project Signs................................................................... 8-24 8-31 Concrete Stairs................................................................ 8-25 8-32 Concrete Retaining Walls .................................................. 8-27 8-33 Concrete Cap Beam.......................................................... 8-29 8-34 Concrete Barrier .............................................................. 8-31 8-36 Anchor System at Parking Lot............................................ 8-32 DIVISION 9 MATERIALS...............................................................9-1 9-03 Aggregates .......................................................................9-1 9-14 Erosion Control and Roadside Planting ..................................9-3 KENT STANDARD PLANS .................................................................. A-1 WSDOT STANDARD PLANS............................................................... A-2 MISCELLANEOUS DETAILS............................................................... A-3 CONSTRUCTION NOISE, VIBRATION, AND SETTLEMENT MONITORING AND CONTROL........................................................... A-4 PERMITS.......................................................................................... A-5 GEOTECHNICAL MEMO AND BORINGS ............................................. A-6 PREVAILING WAGE RATES............................................................... A-7 i Briscoe-Desimone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 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"DEFINTION, 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: Briscoe-Desimo ne Levee Reach 2 &3/1-angholz 1 - 1 December 19, 2013 Project Number: 09-3010 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 REPLACE® 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. Sheet pile installation and earthwork shall be performed by qualified contractors with experience working in similar ground conditions and adjacent to similar structures as those encountered along the project alignment. 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 Briscoe-Desimone Levee Reach 2 &3/Langholz 1 - 2 December 19, 2013 Project Number: 09-3010 I sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, five (5) copies of the plans and specifications. Additional copies can be purchased from the City at the price specified by the City or in the Invitation to Bid. SECTION 1-02.5 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 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 i 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 Briscoe-Desimone Levee Reach 2 &3/Langholz 1 - 3 December 19, 2013 Project Number: 09-3010 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 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 REMISED WITH THE FOLLOWING CLARIFICATION: THIS SECTION ONLY APPLIES TO FEDERAL- AID CONTRACTS. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: I 1-02.9 Delivery of Proposal i 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. Briscoe-Desimo ne Levee Reach 2 &3/Langholz 1 - 4 December 19, 2013 Project Number: 09-3010 I 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. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: I 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 i 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. Briscoe-Desimone Levee Reach 2 &3/Langholz 1 - 5 December 19, 2013 Project Number: 09-3010 Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or Within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. No claim for delay shall be granted to the Contractor due to 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 OYADDING 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 OYADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. Briscoe-Desimone Levee Reach 2 &3/Langholz 1 - 6 December 19, 2013 Project Number: 09-3010 SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING S 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 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 I 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. i Briscoe-Des!mone Levee Reach 2 &3/Langholz 1 - 7 December 19, 2013 Project Number: 09-3010 SECTION 1-04.9 IS DELETE® AND REPLACE® WITH THE FOLLOWING. 1-04.9 Use of Private Properties The City has obtained a King County Special Use Permit for staging, storage and access areas on King County owned property, tax lot 7888800100. See the right of way plans and Appendix A-4 for a copy of the permit. The City is obtaining a 65' wide temporary construction easement on tax lot 7888800140 for access, staging and storage. See Section 1-07.24 of the Kent Special Provisions. 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. 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. Should the Contractor choose not to use the City-provided staging and storage area(s), the Contractor may pursue a different location. 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 Briscoe-Desimone Levee Reach 2 &3/Langholz 1 - 8 December 19, 2013 Project Number: 09-3010 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 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(6) 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 crews 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 Briscoe-Desimo ne Levee Reach 2 & 3/Langholz 1 - 9 December 19, 2013 Project Number: 09-3010 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. 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, j 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) Bridge, Structure and Retaining Wall Surveys For all structural work such as bridges and retaining walls, the Contractor shall retain as a part of Contractor organization an experienced team of surveyors under direct supervision of a licensed surveyor. The Contractor shall ensure that required field Briscoe-Desimone Levee Reach 2 &3/Langholz 1 - 10 December 19, 2013 Project Number: 09-3010 measurements and locations match the plan dimensions. The Contractor shall provide all surveys required to complete the structure, except the following primary survey control which will be provided by the City. 1. Sufficient horizontal control points to allow the Contractor to establish centerline, abutments and pier centerline positioning and stationing. 2. Up to 6 bench marks in close proximity to the work area. 3. Permanent monuments as shown on the drawings or as given by the City. The Contractor shall establish all secondary survey controls, both horizontal and vertical, as necessary to assure proper placement of all project elements based on the primary control points provided by the City. Survey work shall be within the following tolerances: 1. Stationing +.01 foot 2. Alignment +0.1 foot (between successive points) 3. Superstructure Elevations +0.1 foot (from plan elevations) 4. Substructure Elevations +0.5 foot (from plan elevations) During the progress of the work, the Contractor shall make available to the City all filed books including survey information, footing elevations, cross sections and quantities. The Contractor shall be fully responsible for the close coordination of field locations and measurements within appropriate dimensions of structural members being fabricated. 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 days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. Briscoe-Des!more Levee Reach 2 &3/Langholz 1 - 11 December 19, 2013 Project Number: 09-3010 1-®S.S(S) Staking Services I 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 25 foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline not less than 25-foot stations. 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 Briscoe-Desimone Levee Reach 2 &3/Langholz 1 - 12 December 19, 2013 Project Number: 09-3010 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. 11. Floodwall - Offset stakes to construction control line and retaining wall every 50 feet with cut and fill to top of concrete cap beam or top of wall control point. When deemed appropriate by the Engineer, cut sheets will be supplied when appropriate for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at 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. 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 Briscoe-Desimone Levee Reach 2 &3/Langholz 1 - 13 December 19, 2013 Project Number: 09-3010 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 EYADDING 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 the city facilities, the work necessary to correct the items listed. SECTION 1-05.11 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall notify the Engineer and request in writing that the Engineer to establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: Briscoe-Desimone Levee Reach 2 & 3/Langholz 1 - 14 December 19, 2013 Project Number: 09-3010 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 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 Briscoe-Desimone Levee Reach 2 &3/Langholz 1 - 15 December 19, 2013 Project Number: 09-3010 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. 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. Briscoe-Desimone Levee Reach 2 &3/Langholz 1 - 16 December 19, 2013 Project Number: 09-3010 SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-05.13 Superintendents, Labor, and Equipment of Contractor Whenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1, the City may take these or other Contractor performance reports into account. Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: N/A SECTION 1-05IS SUPPLEMENTED BYADDING 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. j I i Briscoe-Des!more Levee Reach 2 &3/Langholz 1 - 17 December 19, 2013 Project Number: 09-3010 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, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.6(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. Briscoe-Desimo ne Levee Reach 2 &3/Langholz 1 - 18 December 19, 2013 Project Number: 09-3010 1-06.6(3) Shop Drawings, Product Data and Samples 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. 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: Briscoe-Desimone Levee Reach 2 &3/1-angholz 1 - 19 December 19, 2013 Project Number: 09-3010 �l 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, or 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. 1-06.6(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING. 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal, State, or local laws, codes, rules and regulations that affect work under the contract. The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes. In cases of conflict between different laws, codes, rules, or regulations, the most stringent law, code, rule, or regulation shall apply. The City will not adjust payment to compensate the Contractor for changes in legal requirements unless those changes are specifically within the scope of RCW 39.04.120. For changes under RCW 39.04.120, the City will compensate the Contractor by negotiated change order as provided in Section 1-04.4. SECTION 1-07.2 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-07.2 state Taxes 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07,2(1) through 1-07.2(4) are Briscoe-Desimone Levee Reach 2 &3/Langholz 1 - 20 December 19, 2013 Project Number: 09-3010 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. 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 l 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 I Briscoe-Des!mo ne Levee Reach 2 &3/Langholz 1 - 21 December 19, 2013 Project Number: 09-3010 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). SECTION 1-07.6 IS SUPPLEMENTED ;BYADDING THE FOLLOWING: 1-07.6 Permits and Licenses The City has obtained or will obtain the following permits: • SEPA Determination of Non Significance • Hydraulic Project Approval • Shoreline Conditional Use Permit and Substantial Development Permit • Biological Assessment • NPDES Construction Stormwater General Permit • King County Special 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 of Kent 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 documents 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. Briscoe-Desimo ne Levee Reach 2 &3/Langholz 1 - 22 December 19, 2013 Project Number: 09-3010 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. 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. I SECTION 1-07.17IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS. i 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. Briscoe-Desimone Levee Reach 2 & 3/Langholz 1 - 23 December 19, 2013 Project Number: 09-3010 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. 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. CenturvLink Comcast Tonna Baruso Jerry Steele (253) 372-5360 (206) 391-1763 (206) 387-3263 (cell) Puget Sound Energy Verizon Anita Yurovchak Louise Popelka (253) 476-6304 (425) 201-0901 (425) 766-1740 SECTION 1-0718 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. SECTION 1-07.23 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.23(3) Flood Contingency Operation Plan At least 14 days prior to mobilizing to the site, submit a Flood Contingency Response Plan. The plan shall include a schedule with clearly defined interim construction stages and completion dates and a flood emergency contingency plan to be implemented by the Contractor j if a flood or high water event occurs prior to completion of construction of the setback levee wall. Specific items that will be identified shall include but not be limited to the following: a. Schedule for (1) construction activities that will occur in the floodplain and (2) construction activities that will result in the Briscoe-Desim one Levee Reach 2 &3/Langholz 1 - 24 December 19, 2013 Project Number: 09-3010 temporary reduction of the flood protection afforded by the existing levee, such as the temporary lowering of the levee crest. b. A list of equipment and materials that will be stored within the floodplain. c. A description of how precipitation and river level forecasts and actual levels will be monitored at the site. Include the name of the person responsible for monitoring the river levels and forecasts and how they will communicate with staff. d. The measures to be undertaken before, during and after a significant rainfall or flood event. Include information on how equipment or stockpiles within the flood plain will be removed or secured if their removal is impractical. e. Identify contingency actions, procedures and specific time factors for: i. Flood warning protocols and procedures ii. Communication channels and command structure for flood preparation and fighting activities iii. Flood fighting courses of action, including but not limited to restoring the levee to the line and grade needed to contain the forecast flood with a freeboard of three feet or greater. iv. Securing the site during floods. 1-07.23(4) High Water Events 1. The Contractor shall monitor actual and forecasted water levels in the Green River daily. River levels can be monitored through the National Weather Service's web site: http•//water weather.aov/ahps2/hydrograph.php?wfo=sew&gage=aubw1 2. When the water levels are predicted to reach the work areas, stockpile or staging areas, the Contractor must remove their personnel, materials, equipment, and temporary facilities from within the floodway within 24 hours. The ordinary high water mark on this project was determined to be 2,500 cfs. 3. In the event large storms are forecasted, restore the levee line and grade to provide a minimum of three feet of freeboard above the maximum forecast river stage, and otherwise take precautions to secure and protect the Work and the site against damage during passage of the flood. 4. Damage to portable equipment and materials shall be the sole responsibility of Contractor. 5. In the event of a flood emergency requiring action by the jurisdictional flood control agencies prior to completion of the work, the Engineer shall have the right to suspend the work until the emergency is resolved. Such suspension includes the right of the Owner to take over the project to conduct flood protection activities. Briscoe-Desimone Levee Reach 2 &3/Langholz 1 - 25 December 19, 2013 Project Number: 09-3010 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 j 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. I 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. Right of way not obtained from: 8206 S. Glacier St. TL 7888800070 6545 S. Glacier St. TL 7888900110 See right of way plans for location of parcels. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING, 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION, 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract. 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. Briscoe-Desimone Levee Reach 2 &3/Langhoiz 1 - 26 December 19, 2013 Project Number: 09-3010 After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction 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 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. I 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 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 Briscoe-Desimone Levee Reach 2 & 3/Langholz 1 - 27 December 19, 2013 Project Number: 09-3010 working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m, is not required. 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 Briscoe-Desimo ne Levee Reach 2 &3/Langholz 1 - 28 December 19, 2013 Project Number: 09-3010 by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 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's resources or for other reasons beyond the City's control. The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide 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. Working days will be suspended while waiting for steel delivery or until actual start of construction if sooner. 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 Briscoe-Desim one Levee Reach 2 & 3/Langholz 1 - 29 December 19, 2013 Project Number: 09-3010 specified in the Contract (or if no time is specified, within a reasonable 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. Work will be suspended whenever the Green River flow exceeds 8,000 cfs and is rising as directed by the Engineer. Water levels in the Green River will be determined based on the USGS Gauge Station 12113344 GREEN RIVER at S. 200th Street Bridge Kent, WA. Water level information can be accessed at the following link: http://waterdata.usgs gov/usa/nwis/uv?site no=12113344 The Briscoe Levee is part of a flood control facility that protects businesses and residences in the Green River valley, Work on the riverward side of the sheet pile wall will not be allowed prior to May 1, 2014 or after October 15, 2014 unless approved by the Engineer. Work prior to or after this period shall be limited to tasks that will not affect the integrity of the levee as a flood control facility. Additional restrictions are included in the Hydraulic Project Approval in Appendix 5. SECTION I-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. SECTION I-08.8 IS REVISED BY DELETING PARAGRAPHS i 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 Briscoe-Desimone Levee Reach 2 &3/Langholz 1 - 30 December 19, 2013 Project Number: 09-3010 Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- 05.1. ITEM 1 IN PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING; 1. Failure to obtain all materials and workers. 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. 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 BY ADDING THE FOLLOWING NEW SECTION; Briscoe-Desimone Levee Reach 2 &3/Langholz 1 - 31 December 19, 2013 Project Number: 09-3010 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. 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 Briscoe-Desimone Levee Reach 2 &3/Langholz 1 - 32 December 19, 2013 Project Number: 09-3010 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. 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 BY ADDING 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: I 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 Briscoe-Desimo ne Levee Reach 2 &3/Langholz 1 - 33 December 19, 2013 Project Number: 09-3010 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." SECTION 1-10.3 IS SUPPLEMENTED S1'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". Briscoe-Desimone Levee Reach 2 &3/1-angholz 1 - 34 December 19, 2013 Project Number: 09-3010 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: i 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the 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. Briscoe-Desimone Levee Reach 2 &3/Langholz 1 - 35 December 19, 2013 Project Number: 09-3010 l DIVISION 2 ® EARTHWORK 2-01 CLEARING. GRUBBING, AND ROADSIDE CLEANUP SECTION 2-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.1 Description The Contractor shall clear, grub, and clean up all material within the right of way as shown on the plans. Only remove trees and other vegetation identified by the Engineer. The Contractor shall notify the Engineer of any trees that require removal that are not already shown on the plans. The Contractor shall not remove any trees without prior approval by the Engineer, Grubbing shall consist of the removal and satisfactory disposal of stumps, roots, and matted roots from the designated grubbing areas. Grubbing shall be accomplished to a depth of at least 3 feet below the existing ground surface and shall include removal of roots greater than 1-1/2 inches in diameter unless roots extend into or beneath the levee embankment. If roots extend into or beneath the embankment, all roots shall be removed. Stump and root removal shall be immediately followed by filling of all holes and depressions which result from the removal of stumps, roots, and matted roots below the depth where stripping is required. Contractor shall fill all holes caused by grubbing operations with levee embankment fill placed in thin lifts and compacted as specified in paragraph 2.03.3(14)B, Earth Embankment Construction. SECTION 2-01.3(2) ITEM 2. e. IS DELETED AND REPLACED WITH THE FOLLOWING: 2-01.3(2) 2. e. Upon which embankments will be placed. All stumps shall be removed and grubbed as specified above. 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. i SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: i 2-02.3 Construction Requirements The City has identified the following materials that are marked for removal, but that will be salvaged, protected and reused as part of this project: Briscoe-Desimone Levee Reach 2 &3/Langholz 2 - 1 December 19, 2013 Project Number: 09-3010 1. Ecology Blocks (Bid item 1022) 2. Signs (Bid item 1045) The salvaged materials listed above shall be removed, hauled and stored by the Contractor for reinstallation on the project as specified on the plans. All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. 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 an off- project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces less than 4 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. This material must meet specifications called out for the embankment material. However, such material may not be incorporated in levee embankment fill. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. I i Briscoe-Des Imore Levee Reach 2 &3/Langholz 2 - 2 December 19, 2013 Project Number: 09-3010 SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: (Encountered thickness - 6 inches) x unit bid price 6inches additional compensation 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: x $2.00 (8 - 6) 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 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 price contract price per lineal foot for "Saw Cut Existing Asphalt Concrete Pavement" constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: (Encountered thickness - 6 inches) x unit bid price = additional 6inches compensation Briscoe-Desimone Levee Reach 2 & 3/Langholz 2 - 3 December 19, 2013 Project Number: 09-3010 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 = $0.67/1-F in addition to the unit bid price. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. The unit contract price per square yard for "Remove Existing Cement Concrete Pavement' constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing concrete pavement from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the concrete pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: (Encountered thickness - 6 inches) x unit bid price =6 inches additional compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/SY then its additional compensation for the extra thickness would be: (8 - 6) x $2.0 = $0.67/SY in addition to the unit price. No other compensation shall be allowed. The unit contract price per 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. The unit contract price per each for "Abandon Existing Storm Sewer Pipe" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to abandon the existing pipe as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to concrete plugging the pipe at both ends, backfilling with gravel borrow, and compaction. Briscoe-Des l more Levee Reach 2 & 3/Langholz 2 - 4 December 19, 2013 Project Number: 09-3010 "Remove Ecology Block Wall" "Remove Existing Handrail at Ramp" The unit contract price per lineal foot for the above described items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove, haul, and dispose of the ecology blocks at the south end of the project and the existing handrail at the ramp at the City parking lot as shown on the plans and described in the specifications. Also included is replacing the ecology blocks where shown on the plans. The lump sum contract price for "Remove Existing Stairways" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove, haul, and dispose of both the cement concrete and timber stairways including handrails. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION2-03.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-03.1 Description Levee side slope excavation and other excavation required to complete the project shall be in accordance with Section 2-03 of the WSDOT Standard Specifications for roadway excavation including haul. SECTION 2-03 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION; 2-03.1(1) Excavation Timing The excavation on the levee side slope must occur between June 1 and September 15. No excavation will be allowed outside of this window. ,SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING. 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the 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)B IS SUPPLEMENTED BY ADDING THE FOLLOWING. I 2-03.3(14)B Earth Embankment Construction j Prior to placement of the levee Embankment and other earthen fill, the subgrade shall be stripped of asphalt, top soil and vegetation, aerated Briscoe-Desimone Levee Reach 2 &3/Langholz 2 - 5 December 19, 2013 Project Number: 09-3010 or watered and proof-compacted with a self-propelled compactor with lug attachments of a sheeps-foot roller. Stripping shall include the removal of rodent holes by excavating to the maximum depth of penetration. Where excavation for rodent hole removal is made, it shall be measured under the item "Levee Excavation and Embankment. Including Haul and Compaction" if the soil is reused on site or under the item "Unsuitable Foundation Excavation Including Haul" if the excavated soil is not reused. Following proof-compaction of the subgrade, the fill shall be placed directly onto the irregular ground surface created by the lug wheel. No surface grading shall be performed before or between placing lifts of fill as continuous smooth surfaces could create seepage channels for water. Any smooth areas should be scarified 1 to 2 inches deep prior to placing the next lift. Levee embankment fill shall be uniformly spread in approximately horizontal lifts parallel to the levee. The material shall be placed and spread such that the gradation and distribution of materials throughout the embankment will be free from lenses, pockets, streaks, and layers of material differing substantially in texture or gradation from surrounding material. If lenses, pockets, or layers of materials differing substantially in texture or gradation from surrounding material occur in the spread material, each lens, pocket or layer shall be mixed by harrowing or other approved method to blend the materials. Maximum lift thickness shall be 8 inches. The embankment material shall be moisture conditioned and compacted to 95 percent of the maximum dry density as determined by ASTM D-1557 test procedures. Moisture content of the material during compaction shall be between minus 1 percent and plus 3 percent of the laboratory optimum moisture content determined by ASTM D-1557 test procedures. Contractor shall take care when placing and compacting levee fill against the sheet pile wall to minimize loading and lateral displacement of the wall. The size of compaction equipment shall be limited within 5 feet of the wall. Compaction equipment within 5 feet of the wall shall be limited in size to approved walk-behind rollers, plate compactors, or "jumping jack" compactors, as appropriate. 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 4-05 for additional requirements and measurement for Levee Embankment Fill and Levee Excavation and Embankment. SECTION 2-03.3(14)D IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. Briscoe-Desimone Levee Reach 2 &3/Langholz 2 - 6 December 19, 2013 Project Number: 09-3010 All compaction tests if required will be performed by the City. SECTION 2-03.3 IS SUPPLEMENTED EYaADDING THE FOLLOWING NEW SECTION; 2-03.3(19) Order of Sheetpile Wall, Levee Embankment, and Cap 0eam Construction To prevent the concrete cap beam from being distorted or cracked by sheet pile wall movements, the Contractor shall place and compact the sheetpile wall backfill, remove any temporary fill on the landside of the wall (if used), and reach rough final grades on both sides of the wall (including the parking lot embankment) before starting construction of the cap beam and barrier. At the parking lot, if the sheet piles are installed prior to placement of the parking lot embankment, place the levee fill and parking lot fill evenly on both sides of the sheet piles to prevent unbalanced loading on the sheet piles. At the parking lot, delay construction of the concrete cap beam until after the parking lot embankment is no longer needed for heavy construction equipment access to prevent damage by construction equipment. 2-03.3(20) Order of Parking Lot Embankment and Retaining Wall Construction To prevent the retaining wall along the south side of the parking lot from being distorted or displaced, the Contractor shall construct parking lot embankment and reach rough final grade no later than eight (8) weeks before starting construction of the retaining wall. Embankment shall be extended to cover the retaining wall footprint. For construction of the retaining wall the Contractor shall excavate the excess fill as needed to construct the wall and shall backfill the Structure per the Contract Plans and Specifications. 2-03.3(21) Order of Parking Lot Embankment and Deadman Anchor and Drainage Feature Construction The Contractor shall construct the ramp fill prior to installation of the concrete deadman anchor and associated tie rods, and drainage features, such as catch basins and associated piping. Allow the ramp fill to settle for a period of at least 8 weeks before installing the deadman anchor, tie rods, or drainage features. The deadman, tie rods and drainage features shall be installed by trenching in the parking lot fill. Briscoe-Desimone Levee Reach 2 & 3/Langholz 2 - 7 December 19, 2013 Project Number: 09-3010 SECTION 2-03,5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-03.5 Payment Excavation of levee side slope and riverbank material that is placed in the levee embankment or other earthen fill shall not be measured for payment under this item. Payment for reused on-site material will be made per cubic yard for excavating, placing and compacting the on-site material in the new levee prism under the item "Levee Excavation and Embankment, Including Haul and Compaction." See Section 4-05.5 for payment for levee embankment and levee excavation and embankment. 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 C except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07,4 IS DELETED AND REPLACED 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. Briscoe-Des Imone Levee Reach 2 &3/Langholz 2 - 8 December 19, 2013 Project Number: 09-3010 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. 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. 2-12 CONSTRUCTION GEOSYNTHETIC SECTION 2-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 2-12.1 Description This work shall consist of furnishing and installing non-woven geotextile fabric at the locations shown on the plans and described in the specifications. SECTION 2-12.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 2-12.2 Materials Non-woven geotextile fabric shall meet the material requirements of Section 9-33 of the WSDOT Standard Specifications for high survivability, separation and soil stabilization, and underground drainage for each geotextile use as specified on the plans or in the Kent Special Provisions. SECTION 2-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.3 Construction Requirements The Contractor shall take all necessary precautions to not tear or damage the fabric during installation. The fabric shall be laid down by hand. Folds or creases in the fabric shall be pulled flat. The fabric sides and ends shall be anchored or weighted sufficiently to prevent slouching. Joints or seams shall be overlapped a minimum of two (2) feet. III Briscoe-Desimone Levee Reach 2 &3/Langholz 2 - 9 December 19, 2013 Project Number: 09-3010 SECTION 2-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 2-12.4 Measurement Non-woven geotextile fabric shall be measured per square yard of materials placed. SECTION 2-12.5IS SUPPLEMENTED BY ADDING THE FOLLOWING. 2-12.5 Payment The unit contract price per square yard for "Construction Geosynthetic for Permanent Erosion Control" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install the fabric at the locations shown on the plans and described in the specifications. Briscoe-Desim one Levee Reach 2 & 3/Langholz 2 - 10 December 19, 2013 Project Number: 09-3010 DIVISION 4 ® BASES DIVISION 4 IS SUPPLEMENTED OYA®®ING 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) 4-03.3 Construction Requirements Gravel barrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 2- 03.3(14)B and Section 4-04.3 of the Kent Special Provisions, 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4- 04.4. 4-03.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "Gravel Borrow, Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the gravel borrow as shown on the plans and described in the specifications. This item shall be used for roadway subbase, backfill for water, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. Briscoe-Des!mone Levee Reach 2 &3/Langholz 4 - 1 December 19, 2013 Project Number: 09-3010 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements SECTION 4-04,3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04,3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04,3(7) IS SUPPLEMENTED BYADDING THE FOLLOWING: i 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment "Crushed Surfacing Top Course, 5/8 Inch Minus" "Crushed Surfacing Base Course, 1-1/4 Inch Minus" The unit contract price per ton for the above 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. Briscoe-Desi mone Levee Reach 2 &3/Langholz 4 - 2 December 19, 2013 Project Number: 09-3010 DZVXSION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 4-05 LEVEE EMBANKMENT FILL 4-05.1 Description This work shall consist of constructing one or more layers of levee embankment fill 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. 4-05.2 Materials Materials shall meet the minimum requirements of the following section in the Kent Special Provisions: Levee Embankment Fill ....................... 9-03.14(5) 4-05.3 Construction Requirements Levee embankment fill 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 requirements of Section 2- 03.3(14)B and the applicable requirements of Section 4-04.3 of the Kent Special Provisions. I 4-05.4 Measurement Imported levee embankment fill will be measured by the ton in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4-04.4. Existing levee embankment material being excavated may be suitable for levee fill if it meets the requirements specified for Levee Embankment Fill in Kent Special Provisions Section 9-03.14(5). Payment will be made per cubic yard for excavating, placing and compacting the existing on-site material in the new levee prism. The volume will be measured on the new levee prism based on the actual approved stripped surface and the neat lines established in the design for the sheet pile wall and trail subgrade. 4-05.5 Payment The unit contract price per ton for "Imported Levee Embankment Fill, 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 levee embankment fill as shown on the plans and described in the specifications. Briscoe-Desimone Levee Reach 2 &3/Langholz 4 - 3 December 19, 2013 Project Number: 09-3010 The unit contract price per cubic yard for "Levee Excavation and Embankment, Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to excavate the existing riverbank, haul, place, finish grade, and compact the material as levee embankment fill as shown on the plans and described in the specifications. i Briscoe-Desimone Levee Reach 2 &3/Langholz 4 - 4 December 19, 2013 Project Number: 09-3010 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 FIAT 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. HMA Cement and Gradation: Extraction tests shall be taken every 500± tons as determined by the Engineer or each day whichever is less. 2. The Engineer is not precluded from taking more tests above if deemed necessary. 3. The Contractor is responsible to meet the required compacting asphalt cement content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be considered on a case-by-case basis by the Engineer and may require a credit to the City. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal and repaving of material Briscoe-Desimone Levee Reach 2 &3/Langholz 5 - 1 December 19, 2013 Project Number: 09-3010 that does not meet the contract specifications at the Contractor's expense. SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing HMA Class 1/2" PG 64-22 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 Class 1/2", PG 64-22 asphalt concrete shall be 1 1/2 inch. SECTION 5-04.3(10) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3(10)B IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(10)B Control For HMA, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum 92 percent of the maximum density as determined by WSDOT Test Method 705. The 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). Briscoe-Desimone Levee Reach 2 &3/Langholz 5 - 2 December 19, 2013 Project Number: 09-3010 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 SECTION: 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: The unit contract price per ton for "HMA Class 1/2", PG 64-22" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for the levee trail and parking lot, and other areas at the locations shown on the plans, as specified herein and as directed by the Engineer. The cost for anti- stripping additive and asphalt for tack coat shall be included in this bid item. The unit contract price per ton for "Cold Plant Mix for Temporary Pavement Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, maintaining, removing and disposing of Cold Plant Mix as required to provide Briscoe-Desimone Levee Reach 2 &3/Langholz 5 - 3 December 19, 2013 Project Number: 09-3010 temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. SECTIONS 5-04.5(1), 5-04.5(1)A AND 5-04.5(1)B ARE DELETED IN THEIR ENTIRETY. 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 5-05 CEMENT CONCRETE PAVEMENT SECTION 5-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-05.3 Construction Requirements The trail head paving shall be constructed with air entrained concrete class 4000 conforming to the requirements of the WSDOT Standard Specifications. SECTION 5-05.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-05.4 Measurement "Cement Concrete Pavement for Trailhead" will not be measured for payment. The "Cement Concrete Pavement for Trailhead" contains the following approximate quantities of materials and work: Cement Concrete Pavement................. 129 SY The quantities are listed only for the convenience of the Contractor in determining the volume of Work involved and are not guaranteed to be accurate. The prospective Bidders shall verify these quantities before submitting a Bid. No adjustments other than for approved changes will be made in the lump sum Contract price for "Cement Concrete Pavement for Trailhead" even though the actual quantities required may deviate from those listed. SECTION 5-05.5 IS SUPPLEMENTED ADDING THE FOLLOWING; 5-05.5 Payment The lump sum contract price for "Cement Concrete Pavement for Trailhead" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary or incidental to furnish and place the cement concrete pavement for trailhead as shown on sheet 14 of the plans or as directed by the Engineer. This includes but shall not be limited to: cement concrete pavement with exposed aggregate finish, reinforcing bars, joints, exposed glass aggregate, pattern, kiosk, and other features as shown on the plans. Briscoe-Des!mo ne Levee Reach 2 & 3/1-angholz 5 - 4 December 19, 2013 Project Number: 09-3010 DIVISION 6 ® STRUCTURES 6-02 CONCRETE STRUCTURES SECTION 6-02.1 IS SUPPLEMENTED WITH THE FOLLOWING. 6-02.1 Description Submittal of Manufacturer's Data Submit manufacturer's product data with installation instructions for proprietary materials including reinforcement and forming accessories, admixtures, concrete sealer/anti-graffiti treatment, patching mortar, and curing materials for Owner approval prior to use or construction of product. Quality Assurance Concrete Installer qualifications: Concrete installer shall be experienced and regularly engaged in producing vertically formed architectural concrete of the type specified; must employ only skilled personnel using proper equipment to produce work. Concrete installer shall provide a list of five or more projects where the same type of architectural concrete work was performed. Concrete Work: Concrete work where indicated to be exposed is architecturally finished concrete; special care must be taken to provide specified, finished surfaces without gravel pockets, and other defacements. Voids and pitting shall not typically exceed 1/16" and may not in any instances exceed 1/8" in any dimension. Perform work of this section in accordance with ACI 301, ACI 318 and ACI 347. SECTION 6-02.2 IS SUPPLEMENTED WITH THE FOLLOWING: 6-02.2 Materials Resin Bonded Anchors The resin bonded anchor system shall include the nut, washer, and threaded anchor rod which is installed into hardened concrete with a resin bonding material. Resin bonding material used in overhead and horizontal application shall be specifically recommended by the resin manufacturer for those applications. Resin bonding material used in submerged liquid environment shall be specifically recommended by the resin manufacturer for this application. The resin bonded anchor system shall conform to the following requirements: Briscoe-Desimone Levee Reach 2 &3/Langholz 6 - 1 December 19, 2013 Project Number: 09-3010 1. Threaded Anchor Rod and Nuts Threaded anchor rods shall conform to ASTM A 193 Grade B7 or ASTM A 449, except as otherwise noted, and be fully threaded. Threaded anchor rods for stainless steel resin bonded anchor systems shall conform to ASTM F 593 and shall be Type 304 unless otherwise specified. Nuts shall conform to ASTM A 563, Grade DH, except as otherwise noted. Nuts for stainless steel resin bonded anchor systems shall conform to ASTM F 594 and shall be Type 304 unless otherwise specified. Washers shall conform to ASTM F 436, and shall meet the same requirements as the supplied anchor rod, except as otherwise noted. Washers for stainless steel resin bonded anchor systems shall conform to ASTM A 240 and the geometric requirements of ASME B18.21.1 and shall be Type 304 Stainless Steel unless otherwise specified. Nuts and threaded anchor rods, except those manufactured of stainless steel, shall be galvanized in accordance with AASHTO M 232. Galvanized threaded anchor rods shall be tested for embrittlement after galvanizing, in accordance with Section 9- 29.6(5). Threaded anchor rods used with resin capsules shall have the tip of the rod chiseled in accordance with the resin capsule manufacturer's recommendations. Galvanized threaded rods shall have the tip chiseled prior to galvanizing. 2. Resin Bonding Material Resin bonding material shall be a two component epoxy resin conforming to Type IV ASTM C 881 or be one of the following: a. Vinyl ester resin. b. Polyester resin. C. Methacrylate resin. 3. Ultimate Anchor Tensile Capacity Resin bonded anchors shall be tested in accordance with ASTM E 488 to have the following minimum ultimate tensile load capacity when installed in concrete having a maximum compressive strength of 6000 pounds per square inch (psi) at the embedment specified below: I Briscoe-Des imone Levee Reach 2 &3/Langholz 6 - 2 December 19, 2013 Project Number: 09-3010 Anchor 'Tensile Embedment Diameter Capacity (inch) inch lbs. 3/8 7 800 3-3/8 1/2 12,400 4-1/2 5/8 19,000 5-5/8 3/a 27,200 6-3/4 7/8 32,000 7-7/8 1 41,000 9 1-1/4 70,000 11-1/4 The Contractor shall submit items 1 and 2 below to the Engineer for all resin bonded anchor systems. If the resin bonded anchor system and anchor diameter are not listed in the current WSDOT Qualified Products List, the Contractor shall also submit item 3 below to the Engineer. For resin bonded anchor systems that are installed in a submerged liquid environment the Contractor shall submit items 1, 2, and 4 below. If the resin bonded anchor system and anchor diameter are not listed in the current WSDOT Qualified Products List, the Contractor shall also submit item 3 below to the Engineer. 1 The resin manufacturer's written installation procedure for the anchors. 2. The manufacturer's certificate of compliance for the threaded anchor rod certifying that the anchor rod meets these requirements. 3. Test results by an independent laboratory certifying that the threaded anchor rod system meets the ultimate anchor tensile load capacity specified in the above table. The tests shall be performed in accordance with ASTM E 488. 4. For threaded anchors intended to be installed in submerged liquid environments the Contractor shall submit tests performed by an independent laboratory within the past 24 months which certifies that anchors installed in a submerged environment meet the strength requirements specified in the above table. Patching Mortar Patching mortar, if used, shall be of the same color as the surrounding concrete and shall be CHROMIX Conpatch as manufactured by L.M. Scofield Co., or approved equal. Joint and Crack Sealing Materials Section 9-04 is supplemented with the following: Construction joints shall be caulked and sealed with LITHOSEAL Buildingcalk-3G, color shall match Owner-selected Chromix integral color as manufactured by L. M. Scofield Company, 6533 Briscoe-Desimone Levee Reach 2 &3/Langholz 6 - 3 December 19, 2013 Project Number: 09-3010 Bandini Boulevard, (213) 720-3030, Los Angeles, California 90040, or Owner approved equal 6-02.3 Construction Requirements SECTION 6-02.3(14)C IS SUPPLEMENTED WITH THE FOLLOWING: 6-02.3(14)C Pigmented Sealer for Concrete Surfaces The pigmented sealer shall be selected form the approved products listed in the WSDOT Qualified Products List latest edition. The color of the pigmented sealer shall be Mushroom Cream by Rodda Paint. SECTION 6-06 IS DELETED AND REPLACED WITH THE FOLLOWING: 6-06 PEDESTRIAN HANDRAIL 6-06.1 Description The work covered by this section includes furnishing all materials labor and equipment to install new metal handrail on top of the new concrete barrier and retaining wall. 6-06.2 Materials Galvanized steel handrail ASTM A53/A53M Grade B. Miscellaneous Metal ASTM A36 Non Shrink Grout Section 9-20.3(2) ASTM C1107 Galvanizing ASTM A123 A153 and A525. Powder-coating shall be black semi-gloss as approved by the Engineer. Fasteners Section 6-02.2 Resin bonded Anchors 6-06.2(1) Submittals Product Data: Submit manufacturer's published literature for specified products and accessories as applicable, including manufacturer's specifications, performance calculations, and physical characteristics. Shop Drawings: Submit for approval shop drawings, details of fabrication with all dimensions including bends and radii, brackets, connections and installation details. i Material Certificates: Submit for approval material certificates for the steel pipe listing the heat & lot number and corresponding chemical composition and mechanical properties. Briscoe-Desimone Levee Reach 2 &3/Langholz 6 - 4 December 19, 2013 Project Number: 09-3010 Powder Coating: Submit for approval powder coat color sample and product information. Hand rail shall be fabricated from galvanized steel tubing A53/A53M Grade B. as per the drawings. Rail post, and pickets shall be machine cut to provide uniform length prior to assembly. Fabricate hand rail to the dimensions shown with welded joints ground smooth and flush. Hand rail shall be parallel with the top of cap beam, as shown in the drawings. Maximum post spacing shall be 8 feet. Items that must be drilled or cut in the field as approved by the Engineer shall be coated with galvanizing repair paint, primer and black paint to match before installation. Hot-dipped galvanized steel hand rail shall not be water or chromate quenched. Powder coating application shall be within 12 hours of galvanizing. Remove all drainage spikes and surface defects by acid etching or as required. Use zinc phosphate pretreatment and surface must be perfectly clean. Pre-heat the work prior to power application. Use "degassing" grade polyester power only. Adjust pre-heat and line speed to ensure full cure. Powder Coating Contractor shall submit a black color sample with the railing shop drawings for the engineer's approval prior to fabrication. Acid etch galvanized steel prior to powder-coating. Handrail shall be erected and adjusted, if necessary to assure a continuous line and grade. Finished height shall be 48 inches above pedestrian surface, unless noted otherwise. Expansion joints shall be provided at intervals shown on the plans. Adjust railing prior to anchoring to ensure matching alignment at butting joints. Hand rail shall be set straight true and plumb without curves and bends and parallel to the face of the cap beam. After setting the railing, the Contractor shall readjust all parts of it if necessary to create an overall line and grade pleasing to the eye. Prime and paint all fasteners per the Standard Specifications 6-07 to match handrail powder coat color. 6-06.5 Payment i The unit contract price per lineal foot for "Handrail" constitutes complete compensation for all labor and materials, for furnishing, fabrication, and installation. Included shall be all finishes, resin bonded anchor bolts, concrete drilling, powder coating and alignment adjustment for a complete system as shown on the plans. Briscoe-Deslmone Levee Reach 2 &3/Langholz 6 - 5 December 19, 2013 Project Number: 09-3010 SECTION 6-07.3(9)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 6-07.3(9)B Paint Color Paint for the new steel shall be applied in accordance with Section 6- 07.3(9). The color of the top coat, when dry, shall match Mushroom Cream by Rodda Paint, DIVISION 6 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION; 6-20 SHEET PILING 6-20.1 Description The work covered by this section consists of furnishing equipment, labor, and materials; providing shop drawings, and performing all operations in connection with the installation of the metal sheet piling wall system, including bolted or structural connections; and miscellaneous steel, in accordance with these specifications and the applicable drawings. References The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM A 572 (2007) Standard Specification for High-Strength Low- Alloy Columbium-Vanadium Structural Steel ASTM A 6 (2012) Standard Specification for General Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Sheet Piling ASTM A 36 (2005) Standard Specification for Carbon Structural SteelASTM A 325 (2007) Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength ASTM A 449 (2007a) Specification for Hex Cap Screws, Bolts, and Studs, Steel, Heat Treated, 120/105/90 ksi Minimum Tensile Strength, General Use ASTM F 436 (2007) Hardened Steel Washers ASTM A 123 (2002) Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products ASTM A722 (2012) Standard Specification for Uncoated High- Strength Steel Bars for Prestressing Concrete A775 (2007) Standard Specification for Epoxy-Coated Steel Reinforcing Bars Briscoe-Des!mone Levee Reach 2 &3/Langholz 6 - 6 December 19, 2013 Project Number: 09-3010 American Institute Of Steel Construction (AISC) AISC 348 (2000) Structural Joints Using ASTM A325 or A490 Bolts American Welding society (AWS) j AWS D1.1 (2012) Structural welding Code - Steel Submittals The following shall be submitted to the City for approval: Proposed Layout and Sequence of Operations: Proposed layout and sequence shall include the proposed grading to create a temporary working platform along the existing levee, if necessary, including any required excavation and backfilling in front of and behind the wall. Proposed sequence shall detail the coordination and sequence of installation of the parking lot fill, sheetpile wall, deadman anchor, and tieback rods, including temporary excavation and backfilling. Steel Sheet Piling Shop Drawings: Shop drawings for steel sheet piling, including fabricated sections, and miscellaneous steel, shall show complete piling dimensions and details, driving sequence and location of installed piling. Shop drawings shall include details of the method for handling piling to prevent permanent deflection, distortion or damage to piling interlocks, Shop drawings shall also show complete details for the fabrication, erection, and installation of all miscellaneous steel including special fabricated piles and connections. Driving Equipment: Complete descriptions of driving equipment, including qualifications of equipment operators, shall be submitted prior to commencement of work. Product Data: Manufacturer's literature available from suppliers that demonstrates compliance with applicable specifications. Materials Test Certificates and Test Reports: Test reports and certificates of compliance that show that the materials to be provided are in compliance with the applicable specifications. Materials test certificates and test reports shall be submitted for each shipment of steel sheet piling and identified with specific lots prior to installing piling. Identification data shall include piling type, heat analysis number, chemical composition, mechanical properties, section properties, heat number, and the steel manufacturer's name and mill identification mark: Testing of sheet piling for mechanical properties shall be performed after the completion of all rolling and farming operations. Material test reports shall meet the requirements of ASTM A6. Installation Records: A complete and accurate record of each sheet pile driven shall be submitted within 3 days of completion of pile driving operations. The record shall indicate the pile location (as driven), date driven, size, driven length, embedded length, final elevations of tip and top, pile weight, blows required for each foot of penetration throughout the entire length of the pile and for the final 6 inches of penetration, Briscoe-Desimone Levee Reach 2 &3/Langholz 6 - 7 December 19, 2013 Project Number: 09-3010 and the total driving time. When vibratory hammers are used, the driving records shall include pile penetration rate data in feet of installation per minute. The record shall also include the type and size of equipment used and the rate of operation. 6-20.2 Materials Metal Sheet Piling Steel Sheet Piling Steel sheet piling shall be new hot-rolled sections of the type shown or alternative steel sheet piling sections as described in these specifications, conforming to the requirements of ASTM A 572 Grade 50. The interlocks of the sheet piling shall be free- sliding, provide a swing angle suitable for the intended installation, but not less than 5 degrees when interlocked, and maintain continuous interlocking when installed throughout their entire length. The sheet piling shall be homogeneous for the full thickness of the section and shall be capable of developing the structural capacity using the full section modulus. Any sheets determined to be defective shall be rejected and replaced as directed by the Engineer and at no cost to the City. Sheet piling shall be provided with standard pulling holes. Pulling holes shall be in the web of the section and within the top twenty (20) inches of the sheet pile top. Holes are not allowed in the flanges of the sheet pile sections unless indicated on the Contract Plans. Alternative Steel Sheet Piling Sections Steel sheet pile sections shown on the Contract Plans may be substituted by alternative sheet pile sections meeting or exceeding all the minimum properties shown in the following table: Minimum Pro erties Section shown Elastic Section Moment of Flange and Web on Contract Modulus inertia Thickness Plans in3/ft of wall] in4/ft of wall] [in] AZ 19-700 34.8 288.4 0.375 Alternative sheet pile sections will be subject to written approval by the Engineer. Alternative steel sheet piling sections shall have a Z profile and conform to all other requirements of this specification in addition to the requirements of this paragraph. The total number of shear studs per linear foot of wall shall remain constant. When possible, the layout, location, size, and spacing of studs shall not change. The Contractor is responsible for detailing all revisions to the Contract Plans affected by the selected alternative sheet piling sections. The Contractor will be responsible for all additional quantities associated with alternate sheet pile sections (e.g. excavation, cap beam concrete, mow strip concrete). Any Briscoe-Desimone Levee Reach 2 &3/Langholz 6 - 8 December 19, 2013 Project Number: 09-3010 revisions shall be submitted as shop drawings for approval. If directed by the Engineer, the Contractor shall submit calculations sealed by a licensed structural engineer in the State of Washington to demonstrate equivalency for any alternative steel sheet piling sections and associated revisions. Cold Formed Sheet Pile Cold Formed Sheet Pile sections will not be considered for this project. ,Appurtenant Metal Materials Bolts Unless otherwise shown on the Contract Plans bolts shall conform to ASTM A 325 or ASTM A 449 as indicated on the Contract Plans with threads excluded from the shear plane. All bolts shall be installed at the proper location and set straight and square with connecting members. Hardened washers conforming to ASTM F 436, shall be provided under nuts and bolt heads. Until final acceptance of the completed work, the Contractor shall be required to check, straighten and tighten bolts in any part of the structure. Installation shall conform to the requirements of AISC 348 as applicable. Headed Stud Anchors Studs shall conform to ASTM A 108 and shall be welded and tested in accordance with AWS D1.1 Section 7. The steel stud material shall have the following minimum properties; Fy= 51,000 psi Fu= 65,000 psi Bolt Holes All holes for bolts shall be provided where required or specified and at the proper location or position. Holes in metal members shall be shop punched or drilled. Field cutting or drilling of holes will be allowed where field variations of bolt location may be expected. Field cut bolt holes shall be drilled or torched undersized and shall be reamed to the proper size. Burrs and ridges around the holes shall be removed flush to the surface. Unless otherwise indicated or specified all holes for items that are to be inserted through metal members shall be standard size and not more than 1/16 inch larger than the diameter of the item being installed. Transition Sheet Pile Sections The Contractor shall design and provide transition sheet pile j sections as necessary to accommodate alignment changes. Transition sheet pile sections shall be fabricated from plates, angles, and standard pile sections cut or bent as necessary. Briscoe-.Des!mone Levee Reach 2 &3/Langholz 6 - 9 December 19, 2013 Project Number: 09-3010 Miscellaneous Plates and Shapes Miscellaneous plates and shapes, as shown on the Contract Plans, shall conform to ASTM A 36/A 36M. Galvanizing shall conform to ASTM A 123/A 123M. Piling Driving Equipment Pile driving equipment shall be either variable moment vibratory hammer or hydraulic press type. Impact hammers will not be allowed. Sheet Pile Interlock Joint Sealant Sheet pile interlock joint sealant shall be hydrophilic material capable of swelling to a minimum of 2 times its original volume when exposed to water. Interlock joint sealant shall be ULTRASEAL A-30 manufactured by ADEKA or approved equal. 6-20.3 Construction Requirements General Schedule Do not begin installation of sheet piles until pre-construction monitoring reports have been submitted and approved by the Engineer as outlined in Section 01850 CONSTRUCTION MONITORING PROGRAM. Begin installation of sheet piles in accordance with the requirements of Section 02150 SHEET PILE INSTALLATION TEST PROGRAM. Do not begin installation of production sheet piles until the results of the test program have been submitted and approved by the Engineer. Delivery and Storage Materials delivered to the site shall be new and undamaged and shall be accompanied by certified test reports. The manufacturer's logo and mill identification mark shall be provided on the sheet piling as required by the referenced specifications. Sheet piling shall be stored and handled in the manner recommended by the manufacturer to prevent permanent deflection, distortion or damage. As a minimum support on level blocks or racks spaced not more than 10 feet apart and not more than 2 feet from the ends. Storage of piling should also facilitate required inspection activities. Field Measurements The Contractor shall obtain all field measurements required for proper and adequate fabrication and installation of the work. Exact measurements are the Contractor's responsibility. Preparation The Contractor shall plan and construct a temporary working platform as required for access of the Contractor's proposed construction equipment and the Contractor's proposed sequence of Briscoe-Des!mone Levee Reach 2 &3/Langholz 6 - 10 December 19, 2013 Project Number: 09-3010 I work. The flood protection afforded by the existing levee may not be diminished between October 1 and April 15. Any modifications to the existing levee require the prior written approval of the Engineer. The Contractor shall relocate/remove all stone, concrete, roots, buried logs, submerged timbers, and other materials interfering with the proper alignment and performance of the work. Interlock Joint sealant Install interlock joint sealant in accordance with manufactures instructions. Allow adequate curing time as specified by sealant manufacturer prior to moving or driving sheet piles. Store treated sheet piles in dry storage area and protect from moisture prior to driving. Placing and Driving Placing Any excavation required within the area where sheet pilings are to be installed shall be completed prior to placing sheet pilings. Any excavation on the landside of the wall shall be backfilled to the pre-existing grade unless otherwise shown on the Contract Plans. Pilings shall be placed plumb with out-of-plumbness not exceeding 1/8 inch per foot of length and true to line. Temporary wales, templates, or guide structures shall be provided to ensure that the pilings are placed and driven to the correct alignment. A system of structural framing sufficiently rigid to resist lateral and driving forces shall be used to adequately support the piles until design tip elevation is achieved. Pilings properly placed and driven shall be interlocked throughout their length with adjacent pilings to form a continuous diaphragm throughout the length or run of piling wall. Construction Impact Monitoring Follow requirements of Section 01860 CONSTRUCTION NOISE AND VIBRATION CONTROL and Section 02100 SETTLEMENT MONITORING PROGRAM during driving and removal (if necessary) of sheet piles. Driving Pilings shall be driven with the proper equipment and by approved methods so as not to subject the pilings to damage and to ensure proper sheet pile interlocking throughout their lengths. Driving method shall not cause damage to the nearby structures. Each pile shall be driven until the required depth of penetration has been reached. If a pile fails to reach the tip elevation shown on the Contract Plans, the Contractor shall notify the Engineer and perform corrective measures as directed. Driving equipment shall be maintained in proper alignment during driving operations by use of fixed leads or guides. Pilings damaged during driving or driven out of interlock shall be removed and replaced at the Contractor's expense. Adequate precautions shall be taken to ensure that pilings are driven plumb within the maximum permissible taper. If at any time the forward or leading edge of I Briscoe-Desimone Levee Reach 2 & 3/Langholz 6 - 11 December 19, 2013 Project Number: 09-3010 the sheet piling wall is found to be out-of-plumb in the plane of the wall, the piling being driven shall be driven to the required depth and tapered pilings shall be provided and driven to interlock with the out-of-plumb leading edge or other approved corrective measures shall be taken to ensure the plumbness of succeeding pilings. The maximum permissible taper for any tapered piling shall be 1/8 inch per foot of length. The horizontal alignment of the steel sheet pile wall shall be within one (1) inch of the required location after completion of driving. Pilings in each run or continuous length of piling wall shall be driven alternately in increments to the required depth or elevation. No piling shall be driven to a lower elevation than those behind it in the same run except when the pilings behind it cannot be driven deeper. If the sheet piling next to the one being driven tends to follow below final elevation it may be pinned to the next adjacent piling. Pilings shall be driven to depths shown on the Contract Plans and shall extend up to the elevation shown on the Contract Plans for the top of pilings. A tolerance of one (1) inch above the required top elevations will be permitted providing the top of the piling is cut in a neat straight line. Pilings shall not be driven within 100 feet of concrete that is less than 7 days old. Where possible piles shall be driven with the ball end leading. If an open socket is leading, a bolt or similar object shall be placed in the bottom of the interlock to minimize packing material into it and ease driving for the next j sheet. Obstructions An obstruction is defined as an object encountered during sheet piling driving operation which prevents the pile to be driven to the tip elevation shown in the contract plans. The obstruction shall be removed, broken up, pushed aside, or penetrated with a chisel beam unless otherwise directed by the Engineer. If the Contractor demonstrates to the Engineer that removal of the obstruction is impractical, the Contractor shall make modifications to the sheet piling construction specified in the Contract Plans as directed by the Engineer. Modifications to the sheet piling construction include, but are not limited to changes to the wall alignment and sheet pile elevations. I Unexpected Existing Utilities The Contractor shall notify the Engineer immediately of any utility encountered during the placing and driving of the sheet piling. The Engineer will direct the Contractor to relocate the utility, abandon the utility, or penetrate the wall with the utility. Cutting Off and Splicing Pilings driven to refusal or to the point where additional penetration cannot be attained and are extending above the required top elevation shall be cut off to the required elevation, as directed by the Engineer. The tops of pilings excessively battered during driving shall be trimmed when directed at no cost to the City. Piling cutoffs shall become the property of the Contractor and shall be removed from the site. The Briscoe-Desimone Levee Reach 2 &3/Langholz 6 - 12 December 19, 2013 Project Number: 09-3010 Contractor shall cut holes in pilings for bolts and reinforcement bars, as shown on the Contract Plans or as directed. All cutting shall be done in a neat and workmanlike manner. A straight edge shall be used in cuts made by burning to avoid abrupt nicks. Bolt holes in steel piling shall be drilled or may be burned and reamed by approved methods that will not damage the surrounding metal. Handling holes shall be plugged or cut off. Pilings shall be continuous full length sections. Spliced piles will not be accepted. Inspection of ®riven Piling The Contractor shall perform continuous inspection during pile driving for compliance with tolerance requirements. Contractor shall inspect the interlocked joints of driven sheet pilings extending above ground. Pilings found to be out of interlock shall be removed and replaced at the Contractor's expense. Pulling and Redriving The Contractor shall pull selected pilings after driving to determine the condition of the underground portions of pilings when directed by the Engineer. The piling found to be damaged to the extent that its usefulness in the structure is impaired shall be removed and replaced at the Contractor's expense. Pilings pulled and found to be in satisfactory condition shall be redriven when directed by the Engineer. Temporary Construction The Contractor is responsible for temporary bracing and support of the structure during construction and shall protect all exposed partially complete work against damage. Any structural component damaged during construction shall be replaced by the Contractor at no cost to the City. The Contractor's means and methods of providing temporary protection shall be included in the work plan as approved by the Engineer. Quality Control The Contractor shall establish and maintain quality control for work under this section to assure compliance with contract requirements. Contractor shall inspect for imperfections in joint interlock capable of impeding installation and reject damaged sheet piling sections or repair them as required prior to installing. Contractor shall maintain and submit daily records of his quality control for all construction operations including, but not limited to, the following: Materials; Sheet piling driving operations, including type and rating of pile driving equipment; and Driving record for each sheetpile including the following: Briscoe-Desimone Levee Reach 2 &3/Langholz 6 - 13 December 19, 2013 Project Number: 09-3010 1. Pile reference number. 2. Type of pile. 3. Length of pile before driving. 4. Detailed driving record. 5. Length of pile cutoff. 6. Final tip and top elevations. 7. Deviations from design location and alignment. 8. Lateral deflection and other appropriate deflection measurements. 9. Records of occurrence of any gaps between sheet piles created during pile driving and measures to correct gaps. 10. Other data pertaining to the pile installation and performance. A copy of the records of inspections, as well as the records of corrective actions taken, shall be furnished to the City as directed by the Engineer. Removal The removal of pilings shall consist of pulling, sorting, cleaning, inventorying and storing previously installed pilings as directed by the Engineer. Pulling The method of pulling piling shall be approved by the Engineer. The method shall be selected to prevent vibrations that could cause damage to or settlement of buildings, pavements utilities or other site improvements. Pulling holes shall be provided in pilings to avoid damaging piling interlocks and adjacent construction. If the Engineer determines that adjacent construction or site improvements have been damaged during pulling the Contractor will be required to repair this construction at no cost to the City. Pilings shall be pulled one sheet at a time. Pilings fused together shall be separated prior to pulling unless the Contractor demonstrates to the satisfaction of the Engineer that the pilings cannot be separated. The Contractor will not be paid for the removal of pilings damaged beyond structural use due to proper care not being exercised during pulling. Sorting, Cleaning, Inventorying and Storing Pulled pilings shall be sorted, cleaned, inventoried and stored by type into groups as (1) pilings usable without reconditioning, (2) piling requiring reconditioning and (3) piling damaged beyond structural use. Backfilling Voids Where voids adjacent to steel sheet piling are induced by pile driving operations, the Contractor shall pump out all seepage and rain water and backfill the void(s) with a tremie-placed slurry. The slurry shall consist of sand mixed with enough water to produce a slurry sufficiently viscous to thoroughly fill the void(s). Briscoe-Desimone Levee Reach 2 &3/Langholz 6 - 14 December 19, 2013 Project Number: 09-3010 6-20.4 Measurement Steel Sheet Pile shall be measured for payment by the area of 2- dimensional projected wall area for each size pile used. The projected wall area for the following cases shall be calculated as follows: 1. Projected wall area shall be computed by multiplying the horizontal length of the wall measured along the centerline of the wall times the length of piles measured from the tip elevation to the cut-off elevation. The pay line for the bottom of the wall shall be the tip elevations shown on the Contract Plans or as directed by the Engineer. If piling is driven deeper than shown on the Contract Plans due to Contractor convenience, the portion of piling below the tip elevation shown on the Contract Plans shall not be measured for payment. 2. For installed pilings that are directed to be cut off before reaching the penetration depth shown on the Contract Plans, the portion cut off will be measured for payment as the difference between the total length of piling shown on the Contract Plans for that location and the length of piling installed below the point of cut-off. Pilings not driven to the penetration depths shown on the Contract Plans, which are directed by the Engineer to be cutoff, except for those cutoffs necessitated by excessive battering, will be paid by each square foot of sheet pile for the portion cut off. Measurement for payment will be as stipulated herein at the rate of 50 percent of the applicable unit price. Sheet Pile Joint Sealant shall be measure for payment by the linear foot _ along the sealed joint. Only one side of each sheet pile is to be measured for payment. Measurement will be approved once the sheet pile is installed to the final elevations shown on the drawings or approved by the Engineer. 6-20.5 Payment Payment will be made in accordance with Section 1-04.1 for the following: "Sheet Piling - Wall Type A (AZ19-700)", per square foot Payment for steel sheet piling in place, of the size and type of sheet piling specified, shall be made at the unit price per square foot. Payment shall cover all costs of furnishing, handling, storing, and installing piling, including placing, driving, cutting holes, transition pieces, backfilling voids, shear studs, stiffener plates, isolation joint components and other materials and work incidental to construction of the sheet piling. Contractor furnished pilings, which have been installed and are pulled at the direction of the Engineer and found to be in good condition, will be paid for at the applicable unit price for furnishing and installing the Briscoe-Desimone Levee Reach 2 &3/Langholz 6 - 15 December 19, 2013 Project Number: 09-3010 pilings in their initial position plus an amount equal to 30% of the same unit price for the cost of pulling. When such pulled pilings are redriven an additional amount equal to 30% of the applicable unit price for furnishing and driving the pilings will be paid for redriving pilings. This additional price constitutes payment for redriving only. The cost of furnishing, initial driving, and pulling the pilings is to be paid for as specified herein. When pilings are pulled and found to be damaged, no payment will be made for the initial furnishing and driving or for the pulling of such pilings. Pilings replacing damaged pilings will be paid for at the applicable unit prices. "Sheet Pile Joint Sealant" per linear foot The unit contract price per linear foot for the above item shall be considered complete compensation for all materials, labor, tools and equipment required to install the sheet pile joint sealant in accordance with the manufactures instruction on the sheet piles as shown on the plans, specifications and as directed by the Engineer. The unit contract price per square foot for "Sheet Pile Paint" shall be considered complete compensation for all materials, labor, tools and equipment required to install sheet pile paint in accordance with WSDOT Standard Specification Section 6-07 on the sheet piles as shown on the plans, specifications and as directed by the Engineer. Payment for "Sheet Piling - Removing Obstructions or Construction Modifications", per force account will be made for the costs associated with dealing with the obstruction. The Contractor and the Engineer shall evaluate the effort made and reach agreement on the labor, equipment, materials, and other resources utilized. The payment amount will be determined based on the agreed to cost items using the rate and markup methods specified in the WSDOT Standard Specifications Section 1-09.6. For the purpose of providing a common proposal for all Bidders, the City has entered an amount for the item "Sheet Piling - Removing Obstructions or Construction Modifications" in the Bid Proposal to become part of the total bid. Payment for work for "Sheet Piling - Unexpected Existing Utilities", per force account will be based on the costs associated with dealing with the unexpected existing utilities. The Contractor and the Engineer shall evaluate the effort made and reach agreement on the labor, equipment, materials, and other resources utilized. The payment amount will be determined based on the agreed to cost items using the rate and markup methods specified in the WSDOT Standard Specifications Section 1-09.6. For the purpose of providing a common proposal for all Bidders, the City has entered an amount for the item "Sheet Piling - Unexpected Existing Utilities" in the Bid Proposal to become part of the total bid. The lump sum contract price for "Monitoring and Testing" shall be complete compensation for all labor, materials, tools, supplies and Briscoe-Des!mone Levee Reach 2 &3/1-angholz 6 - 16 December 19, 2013 Project Number: 09-3010 equipment necessary to perform the monitoring and testing as described in Appendix A-4. Included is everything described under the Construction Monitoring Program, Construction Noise and Vibration Control, Settlement Monitoring and Sheet Pile Installation Test Program. I ! Briscoe-Des!more Levee Reach 2 &3/Langholz 6 - 17 December 19, 2013 Project Number: 09-3010 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 (Unlined) ............... 9-05.13 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.3(1)A General All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. SECTION 7-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW 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. Briscoe-Des Imone Levee Reach 2 &3/Langholz 7 - 1 December 19, 2013 Project Number: 09-3010 SECTION 7-04.5 IS SUPPLEMENTED EYADDING THE FOLLOWING, 7-04.5 Payment The unit contract price per lineal foot for "Storm Sewer Pipe, 12 Inch Diameter" 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, 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 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. 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 Briscoe-Desimone Levee Reach 2 &3/Langholz 7 - 2 December 19, 2013 Project Number: 09-3010 failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for immediate rejection. On asphalt concrete paving and/or asphalt resurfacing projects, manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementatious materials only. Wood, plastic, iron, aluminum, bituminous or similar materials are prohibited. 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. Briscoe-Des!mone Levee Reach 2 &3/Langholz 7 - 3 December 19, 2013 Project Number: 09-3010 SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-05.3(6) Storm Drain Stenciling The pavement adjacent to all catch basins and inlets within the project limits shall be marked with a standard pollution prevention thermoplastic form such as the example following: No DUMPING ! DRAINS To STREAM The wording shall be placed so that it can be read from the sidewalk or shoulder of the road. Contractor is responsible for purchase and installation of the thermoplastic material. 7-05.3(8) Catch Basin Storm Filter Catch basin storm filter shall be installed as shown on the plans. The intent of these items is to clean the storm water before it enters the existing downstream storm sewer. The system shall be complete and shall include but not be limited to: chambers, filters, cover, access lid, grate, perimeter slab, internal piping and all other internal components as required. The filter system shall be a Deep Steel Catchbasin Stormfilter as manufactured by Contech Stormwater Solutions Inc. (contechstormwater.com) or approved equal. The system shall have two filters with media as shown on the plans. See Appendix 3. I SECTION 7-0.5.5 IS SUPPLEMENTED HY A®®ING THE FOLLOWING: 7-05.5 Payment The unit contract price per each for "Solid Locking Catch Basin Frame and Cover" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and cover 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 including riser sections as required. 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. Briscoe-Desimone Levee Reach 2 &3/Langholz 7 - 4 December 19, 2013 Project Number: 09-3010 The unit contract price per each for "Deep Steel Catch Basin Storm Filter System (Two Cartridge Unit)" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the catch basin storm filter system complete as shown on the plans and described in the specifications. This price shall include inlet frame and grate, 12" outlet pipe section, concrete collar, and adjusting the cover to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS SECTION 7-08.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7-08.2 Materials All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the 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) Pipe Zone Bedding ........................... 9-03.12(3) Gravel Borrow ................................. 9-03.14(1) Foundation Material Class I and II ...... 9-03.17 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 Briscoe-Desimone Levee Reach 2 &3/Langholz 7 - 5 December 19, 2013 Project Number: 09-3010 i Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. In the event of damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from its dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. 1. Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. 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. Briscoe-Desimone Levee Reach 2 &3/Langholz 7 - 6 December 19, 2013 Project Number: 09-3010 SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)C Bedding the Pipe Bedding shall be placed in accordance with Standard Plan B-55.20-00. Bedding material shall be in accordance with Section 9-03.12(3) of the Kent Special Provisions. Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557. The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. SECTION 7-08.3(2)B IS SUPPLEMENTED 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 BY ADDING THE FOLLOWING: 7-08.3(2)G Jointing of Dissimilar Pipe Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). Briscoe-Desi mo ne Levee Reach 2 & 3/Langholz 7 - 7 December 19, 2013 Project Number: 09-3010 SECTION 7-08.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)H Sewer Line Connections Where indicated on the plans or where directed by the Engineer, connections shall be made to the existing storm drain/sewer systems by the Contractor in accordance with applicable portions of the WSDOT Standard Specifications and Kent Special Provisions in a workmanlike manner satisfactory to the Engineer. ,SECTION 7-08.3(2) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 7-08.3(2)J Pipe Laying - PVC i 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. SECTION 7-08.3(4) IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.3(4) Plugging Existing Pipe Existing pipes being plugged shall be plugged with concrete at both ends and shall otherwise be in accordance with Section 7-08.3(4) of the WSDOT Standard Specifications. SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 7-08.3(5) Street Restoration 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 Foundation material and pipe zone bedding shall be measured by the ton, including haul. Briscoe-Desimo ne Levee Reach 2 &3/Langholz 7 - 8 December 19, 2013 Project Number: 09-3010 SECTION 7-08.S IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.5 Payment The unit contract price per ton for "Pipe Zone Bedding" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. Reference 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. 7-12 VALVES FOR WATER MAINS SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.3 Construction Requirements All valves shall have valve boxes installed with the cover lugs parallel to the direction of water flow. SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 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 WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. 7-12.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: i Briscoe-Des!more Levee Reach 2 &3/Langholz 7 - 9 December 19, 2013 Project Number: 09-3010 i The unit contract price per each for "Adjust Existing Valve Box Too 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. Briscoe-Desimone Levee Reach 2 &3/Langholz 7 - 10 December 19, 2013 Project Number: 09-3010 DIVISION 8 ® MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these 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) Straw Mulch ....................................... 9-14.4(1) Biodegradable Erosion Control Blanket ... 9-14.5(2) Clear Plastic Covering .......................... 9-14.5(3) Straw Wattle ...................................... 9-14.5(5) 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. Briscoe-Des imone Levee Reach 2 &3/Langholz 8 - 1 December 19, 2013 Project Number: 09-3010 All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities 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: B-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: Briscoe-Desimone Levee Reach 2 &3/Langholz 8 - 2 December 19, 2013 Project Number: 09-3010 i 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants prohibited 3. City of Kent 2002 Surface Water Design Manual 4. Construction Stormwater General Permit - WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING. 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way 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. Briscoe-Desi mone Levee Reach 2 & 3/Langholz 8 - 3 December 19, 2013 Project Number: 09-3010 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 utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles 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 3 pounds per 1,000 square feet. 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. 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 Briscoe-Desimone Levee Reach 2 &3/Langholz 8 - 4 December 19, 2013 Project Number: 09-3010 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: Short-term mulch conforming to Section 9-14.4(2) Short- Term Mulch of the Standard Specifications shall be applied to all hydroseeded areas on this project. Mulch shall be applied at the rate of 4,000 pounds per acre. The Contractor shall follow manufacturer's recommended quantities of mulch in pounds to the tank capacity in gallons. Two thousand (2,000) pounds equivalent per acre of mulch shall be included in the slurry of seed, fertilizer and water and applied to the areas to be seeded. The remaining 2,000 pounds equivalent per acre of mulch shall be applied in a separate operation immediately following the first application. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall be incorporated into the seed, mulch and water slurry per the manufacturer's specifications. 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: i 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 Briscoe-Desimone Levee Reach 2 &3/Langholz 8 - S December 19, 2013 Project Number: 09-3010 directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods 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 BY ADDING 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: B-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1. Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become Briscoe-Desimo ne Levee Reach 2 &3/Langholz 8 - 6 December 19, 2013 Project Number: 09--3010 j i damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-01.3(2)H IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, 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 four inches square. 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 BYADDING 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 BY ADDING 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. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No process waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. Briscoe-Des imone Levee Reach 2 &3/Langholz 8 - 7 December 19, 2013 Project Number: 09-3010 SECTION S-OI,S IS SUPPLEMENTED BYA®®ING THE FOLLOWING: 8-01.5 Payment The unit contract price per acre for "Seeding. Fertilizing, and Mulching' shall be full pay for all labor, materials, tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1. All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 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. The unit bid price per square yard for "Straw Mulch" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dried condition, and free of noxious weeds and other materials detrimental to plant life. The unit price per square yard for "Clear Plastic Covering" (6 mil polyethylene sheets) shall constitute complete compensation for furnishing, staking, maintaining and protecting, the material in place (including sand bags and stakes) on all exposed soils per the WSDOT Standard Specifications and as directed by the Engineer. The unit contract price per hour for "ESC Lead" shall be full pay for all duties outlined in Section 8-01.3(1)B (Erosion and Sediment Control (ESC) Lead) in per hour increments. The unit contract price per square yard for "Jute Matting" shall be complete compensation for all labor, materials, and equipment necessary to provide and install jute matting as erosion control blanket in accordance with the manufacturer's published specifications for slope protection wherever specified, as shown on the Plans or as directed by the Engineer. Briscoe-Desimone Levee Reach 2 &3/Langholz 8 - 8 December 19, 2013 Project Number: 09-3010 The unit bid price per lineal foot for "Filter Fabric Fence" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. 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 BYADDING THE FOLLOWING NEW SECTION: 8-02.1(1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. All plant materials shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING. 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C............. 9-14.1(1), (2), (3) Seed ....................................................... 9-14.2 Fertilizer.................................................. 9-14.3 Briscoe-Des!mone Levee Reach 2 &3/1-angholz 8 - 9 December 19, 2013 Project Number: 09-3010 Mulch and Amendments............................. 9-14.4 Planting Soil............................................. 9-14.4(1) Arborist Mulch .......................................... 9-14.4(10) KSP Plant Materials.......................................... 9-14.6 Sod ........................................................ 9-14.6(8) 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(Z) 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. For the purposes of this contract, a "weed" is defined as any non- native, invasive species, including, but not limited to: Reed canary grass, Japanese (or Bohemian) knotweed, Scot's broom, Himalayan blackberry, common tansy and tansy ragwort. In areas defined as "view corridors" on the project plans, all weeds as well as volunteer plants (i.e., plants not planted as part of this contract) shall be removed during the maintenance period to maintain local, territorial and regional views. SECTION B-02.3(5) IS SUPPLEMENTED BYA®®ING THE FOLLOWING. 8-02.3(5) Planting Area Preparation The Contractor shall excavate planting pits to a depth of three feet below the top of adjacent sidewalks, or adjacent ground if trees are not being planted in sidewalk cutouts. Tree pits shall be about three feet in diameter, and shall be neat and uniform basins around each tree. The Contractor shall then place special planting mixture into the tree basins, bringing to grade about one and one-half foot below the top of the planter by compaction by repeated watering. Briscoe-Desimo ne Levee Reach 2 &3/Langholz 8 - 10 December 19, 2013 Project Number: 09-3010 Refer Se D to Section i n 8 02 3(4) of the WS OT Standard Specifications. 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 Environmental Ecologist. Trees will in general be placed 10 feet or more away and shrubs 5 feet or more away from the 15' Trail Clear Zone demarcation line (see plans) to maintain a clearing as plants mature. The Contractor shall layout tree, shrub and herbaceous plant locations and request approval from the Environmental Ecologist 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. 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. Stake trees only if necessary (typically if tree is > 4' tall). Stake trees at one-third of height with tree ties" or Engineer approved alternative. SECTION 8-02.3(11) IS REVISED AS FOLLOWS: 8-02.3(11) Bark or Wood Chip Mulch Arborist Mulch shall be placed at a uniform depth as shown in details throughout the planting areas except for the seed mix planting areas. Arborist Mulch shall comply with 9-14.4(10) of these Kent Special Provisions. SECTION 8-02.3(13) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(13) Plant Establishment The Contractor is responsible for maintaining all trees and shrubs in a clean and thriving condition for a period of not less than two calendar years. The period of maintenance shall begin upon final installation and Briscoe-Desimone Levee Reach 2 &3/Langholz 8 - 11 December 19, 2013 Project Number: 09-3010 inspection of work, and subsequent written notification by the Engineer. Maintenance shall include all necessary cleaning, weeding, pruning, and watering. 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, and at other times as needed during the warranty period to keep the plants in a vigorous, healthy state. Maintenance of this watering schedule is critical to the survival of the trees and shrubs. SECTION 8-02.3(14) IS SUPPLEMENTED SYADDING THE FOLLOWING: 8-02.3(14) Plant Replacement The Contractor shall replace all trees and shrubs which, in the opinion of the City Environmental Ecologist, 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 S-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 5-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 1. Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. SECTION 8-02.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 8-02.4 Measurement Arborist mulch will be measured by the cubic yard in the haul conveyance at the point of delivery. SECTION 8-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-02.5 Payment Payment will be made for the following bid items: "PSIPE Pseudotsuga menziesii (Douglas Fir) 5 gal" "PSIPE Thuja plicata (Western Red Cedar) 5 gal" "PSIPE Picea sitchensis (Sitka Spruce) 5 gal" Briscoe-Desimone Levee Reach 2 &3/Langholz 8 - 12 December 19, 2013 Project Number; 09-3010 "PSIPE Acer macrophyllum (Big Leaf Maple) 5 gal" "PSIPE Fraxinus latifolia (Oregon Ash) 2 gal" "PSIPE Rhamnus purshiana (Cascara) 2 gal" "PSIPE Prunus emarginata (Bitter Cherry) 2 gal" "PSIPE Cornus sericea (Red Osier Dogwood) 1 gal" "PSIPE Physocarpus capitatua (Pacific Nine Bark) 1 gal" "PSIPE Lonicera involucrate (Black Twinberrv) 1 gal" "PSIPE Mahonia aquifolium (Tall Oregon Grape) 1 gal" "PSIPE Rosa pisocarpa (Swamp Rose) 1 gal" "PSIPE Symphoricarpos albus (Snowberry) 1 gal" "PSIPE Ribes sanguineum (Red Flowing Currant) 1 gal" "PSIPE Salix lucida (Pacific Willow) 6' live cutting. 6" diameter maximum" "PSIPE Salix sitchensis (Sitka Willow) 6' live cutting, 6" diameter maximum" "PSIPE Populus trichocarpa SSP. Trichocarpa (Black Cottonwood) 6' live cutting, 6" diameter maximum" "PSIPE Malus fusca (Pacific Crabapple) 2 gal" "PSIPE Ceanothus sanguineum (Red Stem Ceanothus) 1 gal" "PSIPE Holodiscus discolor (Oceanspray) 1 gal" "PSIPE Philadelphus lewisii (Mock Orange) 1 gal" "PSIPE Acer circinatum (Vine Maple) 1 gal" "PSIPE Rubus spectabilis (Salmonberry) 1 gal" "PSIPE Rubus parviflora (Thimbleberry) 1 gal" "PSIPE Rosa nutkana (Nootka Rose) 1 gal" The unit contract bid price per each for the above items shall be complete compensation for all materials, labor, tools and equipment necessary to furnish and install the plants. This item includes but is not limited to mulch, fertilizer, watering, planting mixture, tree ties and stakes, and for watering and maintaining for a period of not less than two calendar years. The unit contract price per cubic yard for "Topsoil Type A" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. The unit contract price per cubic yard for "Arborist Mulch" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the mulch in the areas shown on the j plans, or where directed by the Engineer. 8-03 IRRIGATION SYSTEMS SECTION 8-03.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-03.1 Description The work shall also consist of removal and modification of existing irrigation systems and installation of new components as necessary to accommodate the new improvements. Irrigation systems may exist at Briscoe-Desimone Levee Reach 2 &3/Langholz 8 - 13 December 19, 2013 Project Number: 09-3010 various locations within the project area. The design and actual configuration of these systems is unknown. AS these systems are located in the field, the extent of the work and materials needed will be determined to keep the remaining portions of these systems operational. SECTION 8-03.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-03.3 Construction Requirements The Contractor shall submit to the City a schematic plan of the work to be done and the components to be installed for review and approval prior to proceeding with the work. SECTION 8-03 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-03.3(15) Temporary Irrigation The Contractor shall provide supplemental water weekly for two years to all installed shrubs and trees whenever the preceding week's rainfall total does not exceed 1" between June 1 and September 30, and at other times as climatic conditions require. Supplemental water shall be provided by means of a Contractor-provided, gravity fed cistern and drip-irrigation system that can be refilled quickly to minimize impacts to trail users. Cistern size shall be optimized for the supply truck, secured to prevent movement by wind or vandals, and shall deliver a minimum j of 1-gallon of water to each plant per filling. The cistern shall be filled as many times during each watering as necessary to provide all plants with sufficient water to maintain a healthy, vigorous condition. SECTION 8-03.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-03.5 Payment The lump sum contract price for "Irrigation System" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the temporary irrigation system and supply water as shown on the plans and in accordance with the specifications. The bid item "Existing Irrigation Systems Removal and Modifications" shall be paid by force account in accordance with Section 1-09.6 of the WSDOT Standard Specifications. This payment shall constitute complete compensation for all labor, tools, materials and equipment necessary to complete the work described above as approved by the City. This item also includes all costs to test the existing irrigation system to determine if the system is operational. 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. This item also includes all costs to submit plans and obtain approval from the City for the work to be completed. Briscoe-Desimone Levee Reach 2 & 3/Langholz 8 - 14 December 19, 2013 Project Number: 09-3010 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 B-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. SECTION B-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: The unit contract price per each for "Wheel Stops for Parking Stalls" constitutes complete compensation for all materials, labor and equipment required to install the wheel stops in accordance with the plans and specifications. "Cement Concrete Extruded Curb" "Reinforced Cement Concrete Traffic Curb" The unit contract price per linear foot for the above items shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. The unit contract price per linear foot for "Cement Concrete Mow Strip' constitutes complete compensation for all labor, materials, tools, and equipment to construct the mow strip as shown on the plans. 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION B-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. Briscoe-Des imone Levee Reach 2 &3/Langholz 8 - 15 December 19, 2013 Project Number: 09-3010 SECTION 8-12.3(1) IS SUPPLEMENTED HYADDING 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. Security fence shall meet WSDOT Standard Plan L-40.20-01; Glare Screen Type 2 (black, vinyl coated chain link with slats) with 3 strands of black vinyl coated wire with galvanized barbs. Includes 18" wide, 6" thick, concrete mow strip with medium brush finish. 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 relocate fence shall be measured by the linear foot of relocated fence, along the ground line, exclusive of openings. Gates shall 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 fence measurement. Remove and restore fence shall be measured along that portion of the fence which must be removed in order to perform necessary work. Measurement for payment will be between the closest posts which remain undisturbed by the work. Restoration of fence beyond the stated limits is incidental to and included in the measured length defined above. If the Contractor removed additional fence for its convenience, restoration of the additional length of fence shall be at its sole expense. SECTION 8-12.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-12.5 Payment "Remove Fence", per linear foot. "Remove and Relocate Fence", per linear foot. "Remove and Restore Fence", per linear foot. "Temporary Fencing", per linear foot. Briscoe-Desimone Levee Reach 2 &3/Langholz 8 - 16 December 19, 2013 Project Number: 09-3010 "Install New Fence", per linear foot. "Install New Chain Link Fence", per linear foot. 8-14 CEMENT CONCRETE SIDEWALK SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-14.3(3) Placing and Finishing Concrete The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. After troweling 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. SECTION 8-14.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-14.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the Proposal: The unit bid per square yard for "Cement Concrete Sidewalk" constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalks that are disturbed from sidewalk forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. 8-15 RIPRAP SECTION 8-15.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-15.2 Materials Rock for Erosion and Scour Protection ....... 9-13.4 Briscoe-Desimone Levee Reach 2 &3/Langholz 8 - 17 December 19, 2013 Project Number: 09-3010 SECTION 8-15.3(6) IS SUPPLEMENTED SYADDING THE FOLLOWING: 8-15.3(6) Quarry Spalls Quarry spalls may be used to construct a working platform for the wall construction. Do not place the quarry spalls within 3 feet of the concrete cap beam or below the bottom elevation of the concrete cap beam. The quarry spalls shall be left in place and the trail section constructed on top. SECTION 8-15.5 IS SUPPLEMENTED SYADDING THE FOLLOWING: 8-15.5 Payment The unit contract price per ton for "Rock for Erosion and Scour Protection, Class A" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to haul, place, finish grade, and compact the rock as shown on the plans and described in the specifications. 8-21 PERMANENT SIGNING ,SECTION 8-21.3(4) IS REVISED BY DELETING THE 4TH SENTENCE AND BY ADDING THE FOLLOWING: 8-21.3(4) Sign Removal Wood signs, wood sign posts, wood structures, metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of the City. The Contractor shall bundle and band the signs, and deliver the signs to the Sign Shop at the City Maintenance Facility located at 5821 South 240th Street (a.k.a. West lames 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 BY ADDING THE FOLLOWING: 8-21.3(5) Sign Relocation Relocated signs shall be installed on new wood posts unless otherwise specified on the plans, or by the Engineer. SECTION 8-21.5 IS SUPPLEMENTED SYADDING THE FOLLOWING: 8-21.5 Payment The unit contract price per lump sum for "Removal of Signs" constitutes complete compensation for all labor, materials, supplies and Briscoe-Desimone Levee Reach 2 & 3/Langholz 8 - 18 December 19, 2013 Project Number: 09-3010 equipment necessary to remove, dispose, salvage, or deliver the signs shown on the plans and described in the specifications. Also included is relocation of signs currently located on the river side of the levee. 8-22 PAVEMENT MARKING SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Material for pavement and curb markings shall be white, red or yellow paint as noted in the Proposal and Bid Item Descriptions. All paint, including the paint for the concrete curbs, shall be described in the Qualified Products List as "Temporary Pavement Marking Paint — Low VOC Solvent Based." Paint and sprayed material shall be applied with a top dressing of glass beads. All Paint shall comply with the specifications for no heat, instant dry pavement markings. Glass beads shall be AC-110 Highway Street Spheres, or pre-approved equal. Material for pavement markings shall be paint, plastic or Raised Pavement Markings (RPMs) as noted in the bid item. Paint and plastic shall be selected from materials listed in the Qualified Products list (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. SECTION 8-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement "Permanent Parking Lot Channelization" will not be measured for payment. Briscoe-Desimone Levee Reach 2 & 3/Langholz 8 - 19 December 19, 2013 Project Number: 09-3010 SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING. 8-22.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the Proposal: The lump sum contract price for "Permanent Parking Lot Channelization" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install permanent channelization at the locations as shown on the plans or specified by the Engineer, described in the specifications and in accordance with WSDOT Standard Plans M-17.10-02 and M-24-60.03. SECTION 8-24 IS DELETED AND REPLACED WITH THE FOLLOWING. 8-24 ROCK WALL 8-24.1 Description Where shown on the plans or where directed by the Engineer, the Contractor shall construct the rock wall, gravity block wall or gabion cribbing in accordance with the details shown on the plans and as specified herein. Exact limits shall be determined in the field during construction. SECTION 8-24.3 IS SUPPLEMENTED 8Y ADDING THE FOLLOWING. 8-24.3 Construction Requirements Rock walls shall be started by excavating the existing ground as staked by the Engineer and digging a trench for the bottom rocks not less than 1.5-feet below the subgrade. Gravity block walls or gabion cribbing shall be started in accordance with the approved plans. All excavation for the rock wall shall be completed before beginning placement of rock. Rock selection and placement shall be such that at least 80 percent of the exposed face of the wall is rock. A six-inch tolerance will be permitted for the exterior slope plane and grade in the finished surface of the structure. The overall slope of the face of the wall shall be 6V:1H. The wall shall be constructed of rock ranging in size from 300 pounds to 900 pounds and shall have a uniform range of size in between. The minimum rock weight shall increase from top to bottom with the top three (3) feet consisting of rock having a minimum weight of 300 pounds and with a minimum rock weight for each succeeding three (3) foot zone increasing by an additional 300 pounds over the zone above. The stones shall be selected rocks approximately rectangular in shape. Before placing the rock wall, the slopes of the embankments shall be dressed true to the lines and grades required by the plans. Briscoe-Desimone Levee Reach 2 &3/Langholz 8 - 20 December 19, 2013 Project Number: 09-3010 Each horizontal row of rocks shall be seated and bedded by tamping and compacting the backfill material behind the rock to provide a stable condition for the entire wall. Each rock shall rest firmly on previously placed courses and shall be keyed into adjacent rocks by utilizing the natural irregular shape of the rocks. Rocks shall be individually placed. Placement by dumping will not be permitted. No payment shall be made for improperly placed rock. Shoulder ballast shall be used for backfill directly behind the rock wall. Underdrain pipe and gravel backfill for drains shall be placed in accordance with the plans. The Contractor shall follow the construction requirements as stated in this section and in the Construction Guide notes on construction plans. SECTION 8-24.5IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-24.5 Payment The contract price per lump sum for "Rock Retaining Wall" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to remove existing rock wall as required and to reinstall the rock wall in accordance to the plans and specifications. The cost for excavation, backfill with quarry spalls, fabric, and under drain pipes, shall be included in this bid item. DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-26 FLOODGATE 8-26.1 Description The work covered by this section consist of furnishing all materials, labor and equipment to install new steel bollards and timber flood gate at the parking lot area as shown on the plans. Metal fabrication finishing and other items not specified in this section shall be installed and provided in accordance with the applicable sections of the WSDOT "Standard Specifications for Road, Bridge and Municipal Construction" 8-26.2(2) Materials I Steel plate & channels ASTM A36 Timber stop logs Douglas Fir No.2 Treated Steel Reinforcing Bar Section 9.07 ASTM A706 Grade 60 Metal Pipe ASTM A53 Grade B Hot Dip Galvanizing ASTM A123. Briscoe-Des!mone Levee Reach 2 &3/Langholz 8 - 21 December 19, 2013 Project Number: 09-3010 8-26.2(3) Submittals Submit detailed shop drawings of the metal bollards, casings and hinge assemblies showing sizes, details of fabrication and construction. Show all welds, plate thicknesses and finishes. 8-26.3 Construction Requirements Metal bollards shall be fabricated by firms or shops experienced and skilled in the custom fabrications. All bollards shall be painted as shown on the plans. Hinges, casings shall be hot dip galvanized after fabrication. The bollards shall be installed plumb and spaced as shown in grouted or cast-in-place pre-fabricated casings. If the Contractor damages the bollards during pickup, transport, or installation, the Contractor shall repair or replace the bollards to a condition satisfactory to the Engineer. 8-26.4 Measurement "Floodgate" will not be measured for payment. 8-26.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when they are included in the Proposal: The lump sum bid price for "Floodgate" constitutes complete compensation for all materials, tools and equipment necessary to install the floodgate as shown on the drawings and in accordance with the Kent Special Provisions. The contract lump sum price shall include but not be limited to: Bollards, bollard casings, hinge assemblies, channels, steel plates, studs, misc. metals; gravel, Douglas Fir stop logs, painting and all other materials, labor, and the tools and equipment to fulfill the installation requirements or as directed by the Engineer. 8-27 BOLLARDS 8-27.1 Description This work shall consist of installing removable bollards per King County Standards Figure 5-018. See Appendix A-3 Removable Bollards. 8-27.2 Materials If the Contractor damages the painted finish of the bollards, the Contractor shall retouch the bollards with a paint type specified by the design detail. Briscoe-Desimone Levee Reach 2 &3/Langholz S - 22 December 19, 2013 Project Number: 09-3010 8-27.3 Construction Requirements The bollard shall be installed plumb, plus or minus 1 1/2 degrees, and spaced a minimum of 3 feet or a maximum of 5 feet apart. The foundation shall not be less than 24 inches in diameter and 30 inches deep. If the Contractor damages the bollards during pickup, transport, or installation, the Contractor shall repair or replace the bollards to a condition satisfactory to the Engineer. 8-27.4 Measurement Removable bollards shall be measured per each bollard furnished and installed. 8-27.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Install Removable Bollard" shall be full compensation to furnish all labor, materials, tools, supplies, and equipment necessary to install the removable bollards as shown on the plans and described in the specifications and details. This item also includes removing existing bollards of all types where shown on the plans. 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. �I 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. 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. Briscoe-Des!mone Levee Reach 2 &3/Langholz 8 - 23 December 19, 2013 Project Number: 09-3010 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The contract price per each for "Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications or specified by the Engineer. 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of providing all posts, braces, hardware, fabrication, installation and maintenance of 4' x 8' project sign provided by the Contractor based upon the template (see sample Kent Project Sign in Appendix A-3 provided by the City, where shown on the plans or as directed by the Engineer. Used project signs may be available for refurbishing when available, and when the Engineer approves. The Contractor shall pick up used signs (when available) at the City Maintenance Shop on West James Street, telephone (253) 856-5600. All project signs (new or refurbished) become the property of the City at the end of the project, and the Contractor shall in all cases return project signs to the same facility when so directed by the Engineer. 8-30.2 Materials Sign posts shall be 4 inch x 6 inch Fir. 8-30.3 Construction Requirements 8-30.3(1) Erection of Posts All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-30.3(2) Design /A Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer. Briscoe-Desimone LeveeIII Reach 2 &3/Langholz 8 - 24 December 19, 2013 Project Number: 09-3010 8-30.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Project Sign Installation" constitutes complete compensation for all labor and materials, for fabrication, picking up used sign(s) from the City shops if applicable, installation and maintenance of project sign(s) for the life of the project and removal and delivery of sign(s) back to the City Shops. Failure to adequately maintain and return project signs to the City Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. 8-31 CONCRETE STAIRS 8-31.1 Description The work covered by this section consist of furnishing all materials labor and equipment to install new concrete stair systems and handrail at the locations and as shown on the plans. Concrete placement, curing, finishing and other items not specified in this section shall be installed and provided in accordance with the applicable sections of 6-02 of the WSDOT "Standard Specifications for Road, Bridge and Municipal Construction" 8-31.2(i) References National Association of Architectural Metal Manufacturers (NAAMM) "Pipe railing Manual, Including Round Tube" 8-31.2(2) Materials Concrete Class 4000 Section 9-01 and 9-03 All concrete shall have a minimum of 4% air entrainment Steel Reinforcing Bar Section 9.07 ASTM A706 Grade 60 Wire Mesh Section 9.07.7 Metal Railing ASTM A53 Grade B Hot Dip Galvanizing ASTM A123. i Non Shrink Grout Section 9-20.3(2) ASTM C1107 Crushed Surfacing Top Course Section 9-03. 9(3) I Briscoe-Desimone Levee Reach 2 &3/Langholz 8 - 25 December 19, 2013 Project Number: 09-3010 8-31.2(3) Submittals Submit detailed shop drawings of the metal hand rails and railing showing sizes, details of fabrication and construction. Show all bends and radii, brackets and installation details. 8-31.3 Construction Requirements Metal hand rails and railing shall be fabricated by firms or shops experienced and skilled in the custom fabrication of architectural metal hand rails and railing and shall meet the quality requirements of NAAMM's Pipe Railing Manual. All railings shall be hot dip galvanized after fabrication. The hand rail shall be installed plumb and spaced as shown in grouted pre formed sockets. The surface of each stair tread and the landings shall receive a textured surface by placing an 3/4" #13 expanded metal screen in the wet concrete then removing the screen to leave a clean uniform textured pattern. A one inch border on the treads shall receive no texture. A three inch border on the landings shall receive no texture. 8-31.4 Measurement "Install Concrete Stairs (South)" will not be measured for payment. The "Install Concrete Stairs (South)" contains the following approximate quantities of materials and Work: Class 4000 concrete 5 C.Y. Steel Reinforcing Bar Grade 60 500 Lbs. Crushed Surfacing Top Course 3 Tons Structural Excavation Class A 5.3 C.Y. Metal handrail 32.8 lineal feet i The metal hand rail quantity listed is the lineal foot measurement along only the top rail. The quantities are listed only for the convenience of the Contractor in determining the volume of Work involved and are not guaranteed to be accurate. The prospective Bidders shall verify these quantities before submitting a Bid. No adjustments other than for approved changes will be made in the lump sum Contract price for "Install Concrete Stairs (South) even though the actual quantities required may deviate from those listed. Briscoe-Desimo ne Levee Reach 2 &3/Langholz 8 - 26 December 19, 2013 Project Number: 09-3010 8-31.5 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 lump sum bid price for "Install Concrete Stairs (South)" constitutes complete compensation for all materials, tools and equipment necessary to install cement concrete stairs including metal handrails as shown on the drawings and in accordance with the Kent Special Provisions. The contract lump sum price shall include but not be limited to: restoration of areas adjacent to stairs that are disturbed from forms; and all other materials, labor, and the tools and equipment to fulfill the restoration requirements or as directed by the Engineer. 8-32 CONCRETE RETAINING WALLS 8-32.1 Description The work covered by this section consist of furnishing all materials labor and equipment to install new concrete retaining wall adjacent to the parking area ramp at STA 18+21.2 and the trailhead concrete retaining wall at the west end of the parking ramp as shown on the plans. Concrete placement, curing, finishing and other items not specified in this section shall be installed and provided in accordance with the applicable sections of 6-02 of the WSDOT "Standard Specifications for Road, Bridge and Municipal Construction" 8-32.2(1) Materials Concrete Class 4000 Section 9-01 and 9-03 All concrete shall have a minimum of 4% air entrainment Steel Reinforcing Bar Section 9.07 ASTM A706 Grade 60 Gravel Backfill for Walls Section 9-03.12(2) Gravel Backfill for Foundation Class ASection 9-03.12(1) Underdrain pipe Section 9-05.2(7) i Pigmented Sealer Section 9-08.3 Mushroom Cream Waterstop Section 9-24 8-32.2(2) Submittals Submit detailed shop drawings of the steel reinforcement, used for the retaining walls. Submit the proposed concrete mix design per Section 6-02.3(2)A of the Standard Specifications. Briscoe-Desi more Levee Reach 2 &3/1-angholz 8 - 27 December 19, 2013 Project Number: 09-3010 8-32.3 Construction Requirements The wall dimensions, reinforcing and construction shall be in accordance with WSDOT Standard Plan D-10.10-01 except as noted on the plans. The retaining walls shall not be constructed until the earth fill for the parking lot ramp at STA 18+21.2 has been in place and allowed to surcharge for a minimum of (8) eight weeks. Wall joints as shown on the plans shall be installed at a maximum spacing of 48 feet. The surface of the exposed area of the retaining wall shall receive a textured surface finish to match the sheet pile wall concrete facing. The wall thickness shall be increased to provide the minimum concrete cover over all steel reinforcement. The surface of the exposed area of the retaining wall shall receive a pigmented sealer accordance with Section 6-02.3(14)C of the Standard Specifications. 8-32.4 Measurement "Parking Lot Retaining wall" and "Trailhead Retaining Wall" will not be measured for payment. The "Parking Lot Retaining Wall" contains the following approximate quantities of materials and Work: Class 4000 concrete 109 C.Y. Steel Reinforcing Bar Grade 60 12,500 Lbs. Gravel Backfill for Walls 200 Tons Gravel Backfill for Foundation Class A 70 Tons Structural Excavation Class A 170 C.Y. Underdrain Pipe with Gravel Backfill for Drains 143 L.F. The "Trailhead Retaining Wall" contains the following approximate quantities of materials and Work: Class 4000 Concrete 27 C.Y. Steel Reinforcing Bar Grade 60 5,500 Lbs. Gravel Backfill for Walls 60 Tons Gravel Backfill for Foundation Class A 12 Tons Structural Excavation Class A 64 C.Y. Underdrain Pipe with Gravel Backfill for Drains 88 L.F. The quantities are listed only for the convenience of the Contractor in determining the volume of Work involved and are not guaranteed to be accurate. The prospective Bidders shall verify these quantities before submitting a Bid. No adjustments other than for approved changes will be made in the lump sum Contract price for "Parking Lot Retaining Wall" Briscoe-Desimone Levee Reach 2 &3/Langholz 8 - 28 December 19, 2013 Project Number: 09-3010 and "Trailhead Retaining Wall' even though the actual quantities required may deviate from those listed. 8-32.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: "Parking Lot Retaining Wall" "Trailhead Retaining Wall" The lump sum bid price for the above items constitutes complete compensation for all materials, tools and equipment necessary to install cement concrete retaining wall including upper barrier as shown on the drawings and in accordance with the Kent Special Provisions. The lump sum price shall include but not be limited to: restoration of areas adjacent to the wall that are disturbed from forms; and all other materials, and the labor, tools and equipment to fulfill the restoration requirements as directed by the Engineer. Also included is reconstruction of the side sewer if a conflict exists. The cost for the underdrain pipe, weep holes, pigmented sealer, wall joint material and waterstops are considered incidental and to be included in the lump sum contract price for "Parking Lot Retaining Wall" and "Trailhead Retaining Wall." The handrail will be paid for under the separate bid item "Handrail". 8-33 CONCRETE CAP BEAM 8-33.1 Description The work covered by this section consist of furnishing all materials labor and equipment to install new concrete cap beam on top of the new sheet pile wall. Concrete placement, curing, finishing and other items not specified in this section shall be installed and provided in accordance with the applicable sections of 6-02 of the WSDOT "Standard Specifications for Road, Bridge and Municipal Construction" 8-33.2(1) Materials Concrete Class 4000 Section 9-01 and 9-03 All concrete shall have a minimum of 4% air entrainment Steel Reinforcing Bar Section 9.07 ASTM A706 Grade 60 Waterstop Section 9.24 Pigmented Sealer Section 9-08.3 Washington Grey Headed Stud Anchors ASTM A 108 The steel stud material shall have the following minimum properties; Briscoe-Des!mone Levee Reach 2 &3/Langholz 8 - 29 December 19, 2013 Project Number: 09-3010 Fy= 51,000 psi Fu= 65,000 psi i 8-33.2(2) Submittals Submit detailed shop drawings of the steel reinforcement, used in the cap beam. Submit manufactures information for the proposed water stop material and expansion joint material used in the concrete cap beam. Submit the proposed concrete mix design per Section 6-02.3(2)A of the Standard Specifications. 8-33.3 Construction Requirements Concrete for the cap beam shall not be placed and cured until the sheet pile wall has been installed to full depth and all backfilled material has been installed and compacted. Studs shall be welded and tested in accordance with AWS D1.1 Section 7. Expansion joints as shown on the plans shall be installed at a maximum spacing of 24 feet. Expansion joints shall be continuous between the concrete cap beam and concrete barrier. The surface of the exposed area of the cap beam shall receive a pigmented sealer accordance with Section 6-02.3(14)C of the Standard Specifications. 8-33.4 Measurement i "Concrete Cap Beam" will be measured by the lineal foot along the exterior face of the finished cap beam. The measurement shall be taken as the horizontal distance along the top external edge of the completed concrete cap beam. 8-33.5 Payment The unit contract price per lineal foot for "Concrete Cap Beam" constitutes complete compensation for all labor and materials, concrete steel reinforcement, headed studs, and for furnishing, fabrication, forming, concrete placement, curing, finishing, waterstops and pigmented sealer of the concrete cap beam as shown on the plans. Steel reinforcement that extends into the barrier shall be included under this pay item. Briscoe-Des!more Levee Reach 2 &3/1-angholz 8 - 30 December 19, 2013 Project Number: 09-3010 8-34 CONCRETE BARRIER 8-34.1 Description The work covered by this section consist of furnishing all materials labor and equipment to install new concrete barrier on top of the new concrete cap beam. Concrete placement, curing, finishing and other items not specified in this section shall be installed and provided in accordance with the applicable sections of 6-02 and 6-10 of the WSDOT "Standard Specifications for Road, Bridge and Municipal Construction" 8-34.2(1) Materials Concrete Class 4000 Section 9-01 and 9-03 i All concrete shall have a minimum of 4% air entrainment Steel Reinforcing Bar Section 9.07 ASTM A706 Grade 60 Waterstop Section 9.24, dimensioned as shown on plans Pigmented Sealer Section 9-08.3 Mushroom Cream 8-34.2(2) Submittals Submit detailed shop drawings of the steel reinforcement, used in the concrete barrier. Submit manufactures information for the proposed water stop material and expansion joint material used in the concrete barrier. Submit the proposed concrete mix design per Section 6-02.3(2)A of the Standard Specifications. 8-34.3 Construction Requirements Expansion joints in the barrier shall be an extension of the concrete cap beam joints and include a waterstop. Concrete for the barrier shall not be placed and cured until the concrete cap beam has cured a minimum of seven days. The concrete barrier and cap beam may be placed in a single pour with approval from the Engineer. A request for combined cap beam and barrier pour shall include the following information; Pour sequence and pour rate Forming details Concrete design slump Detailed method to finish exposed horizontal top of cap beam Briscoe-Desimone Levee Reach 2 &3/1-angholz 8 - 31 December 19, 2013 Project Number: 09-3010 The surface of each exposed face of the barrier shall receive a Class 2 finish in accordance with Section 6-02.3(14)B of the Standard Specifications. All of the exposed area of the barrier shall receive a pigmented sealer accordance with Section 6-02.3(14)C of the Standard Specifications. 8-34.4 Measurement "Concrete Barrier" will be measured by the lineal foot along the exterior face of the finished concrete barrier. The measurement shall be taken as the horizontal distance along the top edge of the completed concrete barrier. 8-34.5 Payment The unit contract price per lineal foot for "Concrete Barrier' constitutes complete compensation for all labor and materials, concrete, steel reinforcing and for furnishing, fabrication, forming, concrete placement, pigmented sealer, waterstops, curing and finishing of the concrete barrier as shown on the plans. 8-36 ANCHOR SYSTEM AT PARKING LOT 8-36.1 Description The work covered by this section consist of furnishing all materials, j labor and equipment to install the new concrete "deadman" anchor at the parking lot area as shown on the plans. Concrete placement, curing, finishing and other items not specified in this section shall be installed and provided in accordance with the applicable sections of 6- 02 of the WSDOT "Standard Specifications for Road, Bridge and Municipal Construction" 8-36.2(2) Materials Concrete Class 4000 Section 9-01 and 9-03 Controlled Density Fill Section 2-09.3(1)E Steel Reinforcing Bar Section 9.07 ASTM A706 Grade 60 Tie Rod 150 KSI ASTM A722 Grade 150 Epoxy coated 8-36.2(3) Submittals Submit detailed shop drawings of the tie rod assembly. Show all couplers, anchor plates, nuts and beveled washers. Briscoe-Desimone Levee Reach 2 &3/Langholz 8 - 32 December 19, 2013 � Project Number: 09-3010 8-36.3 Construction Requirements Deadman tie rods shall be Dywidag Threadbar or approved equal prestressing steel ASTM A722 (Grade 150) of the dimensions indicated on the Contract Plans. Tie rods shall be protected from corrosion by fusion bonded epoxy coating per ASTM A775. Tie rods shall be installed at the proper location and set straight and square with couplers, bearing plates, couplers, hex nuts, and beveled washers. Couplers and nuts shall be provided by the manufacturer of the tie rods to develop full load of the bar nominal ultimate load. Hardened washers conforming to ASTM F 436, shall be provided under nuts and bolt heads. Until final acceptance of the completed work, the Contractor shall be required to check, straighten and tighten bolts in any part of the structure. Installation shall conform to the requirements of l manufacturer installation instructions. Tie rods shall be installed in a straight line between the sheet pile anchor and the deadman anchor with no sag. The tie rod shall be supported and the trench filled with controlled density fill after j completion of the concrete anchors. 8-36.4 Measurement "Anchor System at Parking Lot" will not be measured for payment. 8-36.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when they are included in the Proposal: The lump sum bid price for "Anchor System at Parking Lot' constitutes complete compensation for all materials, tools and equipment necessary to install the parking lot deadman and anchor system at the access ramp as shown on the drawings and in accordance with the Kent Special Provisions. The contract lump sum price shall include but not be limited to: excavation; steel reinforcement concrete forming; placement and finishing for the deadman and the sheet pile anchor; Dywdag tie rod anchors, washers, plates, nuts and misc. metals; controlled density fill, backfilling and restoration, and all other materials, labor, and the tools and equipment to fulfill the installation requirements or as directed by the Engineer. Briscoe-Desimone Levee Reach 2 & 3/Langholz 8 - 33 December 19, 2013 j Project Number: 09-3010 DIVISION 9 - MATERIALS 9-03 AGGREGATES SECTION 9-03.12(.3) IS REVISED RV DELETING THE GRAVEL SPECIFICATION AND REPL.ACZNG 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 - 1000/0 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % % Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min, Free from wood waste, bark and other deleterious material. SECTION 9-03.14(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 3Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 of minus No. 4 fraction Sand equivalent 50 min. Sieve analysis shall be used to verify that this requirement is met. Recycled materials, such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. Where additional materials are required to formulate the street sub- base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. * The maximum size of stone for geosynthetic,reinforced walls or slopes shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 percent passing 1 inch square sieve. All other sieve values continue to apply. Briscoe-Desimone Levee Reach 2 &3/Langholz 9 - 1 December 19, 2013 Project Number: 09-3010 SECTION 9-03.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-03.14(5) Levee Embankment Fill Levee Embankment Fill (or Low Permeability Fill) shall be clay, silt or silty/clayey sand having a maximum particle size of 2 inch, at least 25 percent by weight passing the No. 200 sieve, a minimum plasticity index of 5, a maximum liquid limit of 40 and be free of organic and deleterious materials. Allowable Unified Soil Classification System (USCS) (ASTM D2487) classifications: CL, ML, SC and SM. Blend adequately during placement such that the compacted material forms a uniform, homogeneous, stiff, void free, and relatively impervious compacted fill. Sieve analysis (ASTM D422) and Atterberg limits (ASTM D4318) shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt shall not be allowed. Excavated riverbank soils that meet this specification shall be used as Levee Embankment Fill unless deemed unacceptable by the Engineer. Contractor shall segregate and stockpile excavated riverbank soils to maximize their use as Levee Embankment Fill. Use imported Levee Embankment Fill only when approved in writing by the Engineer prior to importing. I SECTION 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING: i 9-03.17 Foundation Material Class I and Class II Foundation Material Class I and Class II shall be used to replace unsuitable material removed from unstable pipe trench bottoms. i Foundation Material Class I and Class II shall conform to the following gradations: I Percent Passing j Sieve Size Class I Class II 6" square 100 --- 4" square --- 100 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max All percentages are by weight. Briscoe-Desim one Levee Reach 2 &3/Langholz 9 - 2 December 19, 2013 Project Number: 09-3010 In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2.48 min 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.1(1) Topsoil Type A Topsoil Type A shall be free of weeds and consist of the Mixture per Section 9-14.4(1) of these Kent Special Provisions. SECTION 9-14.2 IS SUPPLEMENTED SYADDING THE FOLLOWING; 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: WSDOT No-Clover Erosion Control Seed Mix Proportions Weight Seed Mix "A" Min. % Min. Proportion Ingredient Pure Seed Germination 45% Perennial R e rass 950% 90% 45% Creeping Red Fescue 95% 90% 10% Highland Colonial Bent grass 95% 90% 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. Briscoe-Desimone Levee Reach 2 &3/Langholz 9 - 3 December 19, 2013 Project Number: 09-3010 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 All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen..............10% of weight (of which 50% or more is derived from 38% slow release ureaform) (Analyzed as N) Total available Phosphorous ........20% of weight (Analyzed as P205) Total available Potassium............20% of weight (Analyzed as KZO) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade j 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(1) IS DELETED AND REPLACED WITH THE FOLLOWING: i 9-14.4(1) Topsoil Type A } The topsoil shall be imported and shall be friable surface soil from the A horizon as determined by the United States Agriculture Soil Conservation Service Soil Survey. Topsoil shall be free from: Materials toxic to plant growth; noxious weed seeds, rhizomes, roots; subsoil; stones and other debris. All topsoil shall pass through a 1 inch screen. Maximum electrical conductivity shall be 2.0 milliohms and the maximum exchangeable sodium percentage shall be 10 percent. Topsoil Type A shall consist of a sandy clay loam, sandy loam, loam, clay loam, silty clay loam, or silt loam soil. These soil textural classes shall be determined by the United States Department of Agriculture Classification System. These textural classes shall be restricted by the following maximum percentage compositions based on the Material passing the Number 10 screen: Separates Maximum Percentage Allowable • Sand 50% • Clay 20% Briscoe-Desim one Levee Reach 2 &3/Langholz 9 - 4 December 19, 2013 Project Number: 09-3010 The maximum percentage retained on a 1/4 inch screen shall not exceed 20 percent by volume. Of the Material passing the 1/4 inch screen, the maximum allowable percentage of gravel retained on a Number 10 screen shall not exceed 10 percent by weight. Total organic matter shall be at least 5% by dry weight for areas where turf will be installed, and at least 10% by dry weight for all other landscape areas. Organic matter shall be determined by Loss-on-Ignition test. Acceptable tests include the most current version of ASTM D2974 "Test Methods for Moisture, Ash, and Organic Matter of Peat and Other Organic Soils", and TMECC 05.07A "Loss-On-Ignition Organic Matter Method". Topsoil Type A shall be amended with Compost if more organic content is needed to meet these organic matter requirements. In a blended topsoil, 5% organic matter is produced by blending 20-25% compost by volume into a mineral soil, and 10% organic matter is produce by blending 35-40% compost by volume into a mineral soil. Compost used shall meet the definition of Composted Material in Section 9-14.4(8). The pH shall be within the range 5.5 to 7.5. Topsoil Type A shall not contain any viable seeds or roots capable of sprouting any State-listed noxious weed, or invasive root-propagating plants including but not limited to horsetail, ivy, clematis, knotweed, etc. Soil found to contain these prohibited viable plant materials shall be removed and replaced at the Contractor's expense. Planting Soil i Description: Planting soil shall consist of 67% sandy loam and 33% composted organic material by volume. A. The soil shall meet the following requirements: 1. Soil shall be sandy loam or loamy sand consisting largely of sand, but with enough silt and clay present to give it a small amount of stability. Individual sand grains can be seen and felt readily. On squeezing in the hand when dry, it shall fall apart when the pressure is released; on squeezing when moist, it shall form a cast that does not only hold its shape when the pressure is released, but shall withstand careful handling without breaking. The mixed soil shall meet the following gradation: Screen Size Percent Passing 1/2 inch................. 100 1/4 inch................. 95 - 100 #10 ...................... 85 -95 #30 ...................... 60 - 75 #60 ...................... 50 - 60 #100..................... 20 - 30 #200..................... 5 - 15 Briscoe-Desimone Levee Reach 2 & 3/1-angholz 9 - 5 December 19, 2013 Project Number: 09-3010 B. Shall have a pH range of 5.5 - 7.5. Soils indicated having a pH below 5.5 shall be treated with dolomitic limestone as necessary to attain this pH range. Soils having a pH greater than 7.5 shall be treated with sulfur as necessary to attain this pH range. The pH shall be determined by soil test. C. Organic material shall consist of composted yard debris or organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content. In addition, the organic material shall have the following physical characteristics: 1. Shall pass a standard cress test for seed germination (90% germination compared to standard). 2. Shall have a pH from 5.5 to 7.5. 3. Shall have a maximum electrical conductivity of 3.0 ohms/cm. 4. Shall have a maximum carbon to nitrogen ratio of 40:1. 5. Shall be certified by the "Process to Further Reduce Pathogens" (PFRP) guideline for hot composting as established by the United States Environmental Protection Agency. D. 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 size of no less than 2 pounds. i E. Site specific soil testing (after placement of material) may be required for Projects requiring more than 50 cubic yards of planting soil. A Contractor provided accredited laboratory approved by the Engineer shall make recommendations for amendments required for optimum growth at no cost to the Owner. The Contractor will be allowed 4 Working Days to complete the testing from the time of written notice given by the Engineer. Acceptable Sources can be found at the Clean Washington Center organization's web-site www.crc.org. SECTION 9-14.4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING; 9-14.4(8) Compost Compost products shall contain composted plant material derived from the aerobic decomposition of recycled plant waste. The composted plant waste shall have a moisture content that has no visible free water or dust produced when handling the material. Compost shall be stable, mature, decomposed organic solid waste that is the result of the accelerated, aerobic biodegradation and stabilization under controlled conditions. The result is a uniform dark, soil-like appearance. Compost maturity or stability is the point at which the Briscoe-Des imone Levee Reach 2 &3/Langholz 9 - 6 December 19, 2013 Project Number: 09-3010 aerobic biodegradation of the compost has slowed and oxygen consumption and carbon dioxide generation has dropped. Subsequent testing provides consistent results. Compost shall not contain any sawdust, straw, green or under- decomposed organic matter, under-sterilized manure or toxic or otherwise harmful materials. Compost production and quality shall comply with the Interim Guidelines for Compost Quality, #94-38 or superseding editions, and amendments, published by the Washington State Department of Ecology. Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with AASHTO Test Method T87 and T88. 100% of Type 1 Compost shall pass through a 5/8" sieve. 90% of Type 2 Compost shall be larger than 3/8 inch and smaller than 1 inch. 2. The pH range shall be between 5.5 and 8.5 when tested in accordance with WSDOT Test Method 417. 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1 percent on a dry weight or volume basis, whichever provides for the least amount of foreign material. 4. Minimum organic matter shall be 30 percent dry weight basis as determined by loss on ignition. (LOI test) 5. Soluble salt contents shall be less than 6.0 mmhos/cm for areas that receive more than 20 inches of precipitation per year. 6. Type 1 Compost shall score a number 6 or above on the Solvita Compost Maturity Test. Type 2 Compost shall score a 5 or above on the Solvita Compost Maturity Test. All compost products will be tested within 30 calendar days prior to application by the Contracting Agency with samples taken from the material stockpiled by the supplier for project use. Compost not conforming to the above requirements or taken from a source other than those tested shall be immediately removed from the project and replaced at no cost to the Contracting Agency. Acceptance of composted products shall be based on the following submittals by the Contractor: 1. A Request for Approval of Material Source. 2. A copy of the Solid Waste Handling Permit issued to the supplier by the Jurisdictional Health Department as per WAC 173-304 (Minimum Functional Standards for Solid Waste Handling). 3. Written verification from the supplier that the material complies with the processes, testing, and standards specified in the Interim Guidelines for Compost Quality. 4. Written verification from the supplier that the compost products originate a minimum of 65 percent by volume from recycled plant waste. A maximum of 35 percent by volume of other approved Briscoe-Desimone Levee Reach 2 &3/Langholz 9 - 7 December 19, 2013 Project Number: 09-3010 organic waste and/or biosolids may be substituted for recycled plant waste. 5. A copy of the lab analyses described under Testing Parameters in the Guidelines for Compost Quality. The analyses shall be less than three months old. 6. A list of the feedstock by percentage present in the final compost product. 7. A one-gallon sample submitted to the Environmental Ecologist for approval prior to installation. 9-14.4(10) Arborist Mulch Arborist Mulch shall be composed of evergreen and/or deciduous tree parts, predominantly woody, that have been chipped and/or ground to no longer than 5 inches (5") and no thicker than two inches (2"). Arborist Mulch shall be free of non-native, invasive weed material, including but not limited to English Ivy, Black Locust, Himalayan Blackberry, Japanese Knotweed, and Reed Canary Grass. 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. 9-14.5 Erosion Control Devices SECTION 9-14.5(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.5(2) Erosion Control Blanket The erosion control blanket shall be biodegradable jute matting, Perm aTex/Permea Lok Jute, Northwest Linings and Geotextile Products, Inc. or approved equal. 9-14.7 Stakes, Guys and Wrapping SECTION 9-14.7IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. Briscoe-Desimone Levee Reach 2 &3/Langholz 9 - 8 December 19, 2013 Project Number: 09-3010 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 Poll, Nursery Supervisor at (253) 856-5127. I i Briscoe-Desimone Levee Reach 2 &3/Langholz 9 - 9 December 19, 2013 Project Number: 09-3010 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 3-7 Valve Box and Operating Nut Extender STORM 5-3 Misc. Details for Drainage Structures 5-10 Round Solid Catch Basin Frame and Cover 5-35 Temporary Stockpiling STREET 6-33 Cement Concrete Curbs 6-35 Expansion and Contraction Joints i i i i i i Briscoe-Desimone Levee Reach 2 &3/1-angholz A - 1 December 19, 2013 Project Number: 09-3010 i OLYMPIC FOUNDRY VB 940 WITH TWO(2)INCH "DEEP SKIRT"COVER. THE COVER SHALL BE MARKED"WATER". z .ti ri 4 d EXTENSION in WATER ° AS NEEDED M d° G Tx3'X4"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 4 ROCK GUARD, 4 1/4"DIA, 1/8" MIN.THICK 0 s w VALVE BOX WITH w 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 NOT LEGAL ENGINEERING DOCUMENT BUT COATS OF METAL PAINT. OSEP AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 5 17 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �l 3, EARS, LUGS OR STAINLESS CAP 0 WASHiN �q, THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. SCREWS ON COVER SHALL 8E ALIGNED AF co O CITY OF KENT WITH DIRECTION OF WATER FLOW. ti z `p ENOINEERINO DEPARTMENT 4. FOR ADDITIONAL REQUIREMENTS AND VALVE BOX AND N� USE SEE WSDOT STD,SPECIFICATIONS �O 21493 OPERATING NUT EXTENDER SECTION 3.19DESIGN �0�. (hPF�/STER�o\\F�� w�•"I" ' F C1G\ DRAWN ED DsW SCALE NDNE STANDARD PLAN ! 5. VALVE BOX SHALL BE CENTERED OVER ONAL E CHECKED DATE 2"SQUARE OPERATING NUT, 3-7 APPROWD i September 2009 i I #6 BARS @ 7"CENTERS ��. BOTTOM FACE 20"x 24",OR \ X 1"MIN.COVER .SA' -10, ' 24"DIAM. 2"CLR TYP. I >��>I S• S,. 20' 2"TYP. ONE#3 BAR HOOP FOR 6" H TWO#3 BAR HOOPS FOR 12" AS AN ACCEPTABLE ALTERNATIVE TO REBAR,WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE 96"TOP SLAB 1"MIN. USED FOR ADJUSTMENT SECTIONS. 2 1/2"MAX, RECTANGULAR ADJUSTMENT SECTION 24"DIAM.20"x 24", #5 BARS @ 6"CENTERS �\ I BOTTOM FACE WITH 34" \� 1"MIN.COVER 2"CLR � �l TYP. ONE#3 �20"I 2"TYP. BAR HOOP . . . . . .I _ CIRCULAR ADJUSTMENT SECTION m 72"TOP SLAB 1" MIN. / \ 20"x 24",OR 2 1/2"MAX. \ 24"DIAM. y #4 BARS @ 6"CENTERS / \1 2"CLR. r BOTTOM FACE WITH 1"MIN.COVER T MIN. TYP. 20"I � ���TYP. i I ;o TYPICAL ORIENTATION —� FOR ACCESS AND STEPS 4W'&54" TOP SLAB i NOTES: 1. SLAB OPENING SHALL BE 24"X 20" FENGINEER :THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT FOR RECTANGULAR AND 24" OSEP LECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE DIAMETER FOR ROUND. .� S WAS 17 ,� AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT Hi4, `Sx CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 2. SEE STANDARD PLAN IN FOR STEP �`� cl o tiP o O CITY OF ARENT LADDER AND GRADE RING. �i y Z �J ENGINEERING DEPARTMENT ' 3.ONLY ONE STYLE OF CATCH BASIN [—' KEN•I• MISC. DETAILS FOR DRAINAGE STEPS MAY BE USED IN A CATCH 100 ��21493 �� �L; w�."�"o."„ STRUCTURES BASIN. DO NOT MIX STYLES. 0,� � GISTBR WV � DESIGNED DwH "J/QNAL �\vG DFAWN BB SCALE NONE SDARD PLAN �( , CHECKED DATE 5-Z APPROVED ' J .l September 200 i DRILL&TAP; 5/8"41 UNC -1B (3 @ 120°ON A 22-1/8" BOLT CIRCLE) 2"RAISED LETTERS B 2" o RAISED LOGO/LETTERS Al y 00 OF k ® �O 2 1/8"ROUNDED v m RAISED TROUT FOR 5/8"-11 UNC- 18 S.S. 0 1/2" o 0 1/2"HEX. HE.CAP SCREWS (3 REQUIRED) 0 O R A I N V PICKHOLE(3 @ 120") 2"RAISED LETTERS"DRAIN" B I, A FOR STORM DRAIN i 1"HANDLING HOLE(3 PLCS) 2612" 25" #T*- SECTION 1-1/2" 2-3/16" 5/8" 1-3/16""A-A SECTION B-B III NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT OSEpp AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 5 'Z ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �� OF WASy�N THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, O0 tiP �u cA O CITY OF KENT + h Z ENGINEERING DEPARTMENT ICd� I ROUND SOLID CATCH BASIN FRAME AND COVER �rST�Rw� \� �vG\\ DftgWN DESIGNED BIH _ SG4LE NONE STMIDN70 PLW ANAL E CHECKED DATE JE m 1 o APPROVED -- S�pternber 2C0`) FOR FURTHER INFORMATION ON STOCKPILING MATERIAL SEE SECTION 2.3,E 24' AX HEIGHT BURY SHEETING INTO EXISTING SOIL I(7 MAX SI"401G MINIMUM 4"X4"TRENCH TIRES,MAY BE USED WE SANDBAGS, OREQUILVALIGHT CNT BE SEN P(gSTrC SNSfTS MAX SPACING SHALL BE 10' CLEAR PLASTIC SHEETING BURY SHEETING SHALL HAVE A MINIMUM THICKNESS INTO EXISTING SOIL OF 6 MIL. MINIMUM 4"X4"TRENCH GENERAL NOTES: 1.PLASTIC SHEETING SHALL MEET THE REQUIREMENTS OF WSDOT STANDARD SPECIFICATIONS 9-14.5. 2.MAXIMUM PERMITTED SLOPE SHALL BE 2H:IV, 3.SEAMS BETWEEN SHEETS MUST OVERLAP A MINIMUM OF 12"AND BE WEIGHTED OR TAPED. 4,TEMPORARY STOCKPILES SHALL NOT BLOCK THE SIGHT DISTANCES OF ANY INTERSECTION OR DRIVEWAY, i i I PAPPROWD- . IS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT QSEP TRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE 5 l R AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT OF WASyli �.q. OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. O kz ei co OCITY OF KENT ENGINEERINO DEPARTMENT NT' TEMPORARY STOCKPILING A�O,r /HF IS DESIGN9ER�'p Cv�� xixoroxFS�CNAL E SCPLE NDNE ANDARD PWDATE . �epU:rthNr 2009 12" 5" 5 1/2" 91, 10„ —F 2 1/21, 5„ 2 1/2„ I'R ". 1/2"R ww� I 1 2"R ° d 0tD ip w d i COMBINED CURB AND GUTTER CONCRETE EXTRUDED CURBI' EXPANSION JOINT I 10" 2" 31/2" 1%MIN, 2%_MAX. NOTES: 1%MIN. - ✓�`— _I - 2%MAX, v °° < I^ 1, CONCRETE CLASS 3000 IS REQUIRED. �� I . ✓wa 2. ROLLED CURB MAY ONLY BE USED WITHIN A �•' CUL-DE-SAC, S"SIDEWALK 3. IN ROADWAY SECTIONS WITH SUPER ELEVATION, IZ„ ^ THE GUTTER PAN WILL MATCH THE ADJACENT PAVEMENT SLOPE. 2-D" 4. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. ROLLED CURB COMBINED CEMENT CONCRETE CURB AND GUTTER NOTE: FACE OF CURB SHALL NOT EXTEND rgPFk BEYOND THE FACE OF GUARDRAIL TOWARD THE TRAFFIC LANE 8' S10, 1 srRoWF ygNo t VARIES MT 1 CONGRF.yFyrD�y Fp F 010 . CEMENT CONCRETE CONC F�GF PAVEMENT ROLLED CURB RFC UR EXTRUDED CONCRETE TRANSITION 6 CURB UNDER GUARDRAIL 5 oSEP NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT Qp WAS& AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE I ICI T 4'c� W ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT m 0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. y CITY OF KENT N Cry ENGINEERING DEPARTMENT -O ,P 21493 O Q. �o F91STER� KENT CEMENT CONCRETE G oNnL EN CURBS � DERICNED DWH DROWN aB SCP1E NONE STANDARD PLAN CHECKED DATE - 6-33 APPROVED dpNan September 2009 15 MAX. BROOMED FINISH EXPANSION JOINT S�Q Fyq P (�S 15'?RATFR EXPANSION SEE JOINT"A" SON DETAIL CONTRACTION (TYP.) EXPANSION FQQ ( JOINT it CURB& GUTTER 15, l '... 4" , ,.. EXPANSIONTFXFULL DEPTH p JOINT,a, 4 (SEE 2 �2 � �.. . CONTRACTIO 5'O.C. I ( �) 15'O.C.(M TERIAL SEE NOTE U) DETAIL"A" DETAIL"B" EXPANSION JOINT CONCTRACIION JOINT 1%(MIN,) 4"CONCRETE PER WSDOT 2%(MAX.) STD.SPECIFICATION 8-14 1 �_---- 3/8"x FULL DEPTH EXPANSION MATERIAL(SEE NOTE OI ) bRIVEWAY SIDEWALK 2"CRUSHED SURFACING TOP COURSE 3/8"x FULL DEPTH EXPANSION MATERIAL(SEE NOTE(D) - CURB, GUTTER&SIDEWALK CROSS SECTION NOTES; 4"MIN. T 6"CEMENT CONCRETE DRIVEWAY APRON AND 2 GUTTER FOR RESIDENTIAL DRIVEWAYS. 1. EXPANSION JOINT MATERIALTO BE 3/8"x FULL DEPTH AND SHALL BE PLACED AT 15' 8"REINFORCED CEMENT CONCRETE APRON AND Q.C.SPACING. ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE WITH GUTTER FOR COMMERCIAL DRIVEWAYS. WSDOT STD,SPECIFICATION SECTION 9-04.1(4) AN ALTERNATE OF PLASTIC BOND BREAKER MATERIAL WILL BE ALLOWED. DRIVEWAY CROSS SECTION 2. CONTRACTION JOINT SHALL BE 1/4" WIDE BY 2"DEEP AT 5'SPACING, 3. EXPANSION JOINTS SHALL BE INSTALLED 0S"E: IN CURB&GUTTER AND SIDEWALK AT S t i NOTE;THIS PLAN 15 NOT A LEGAL ENGINEERING DOCUMENT BUT P,C,&P.T,AT ALL CURB RETURNS AND � pF WAs/y �.O AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ALL ANGLE POINTS. - v� cT `l0 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT L y z 0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, 4, FORM&SUB•GRADE INSPECTION 7 y CITY OF KENT REQUIRED BEFORE POURING CONCRETE. til ENGINEERING DEPARTMENT 1493 5, EXPANSION JOINTS IN SIDEWALKS AND AT'O�, `FG STER F� KENT EXPANSION AND CURBS SHALL BE ALIGNED WITH EACH F \\, OTHER AND NOT OFFSET. `S`�ONAL ENG CONTRACTION JOINTS DESIGNED DWH DROWN BB SCALE NONE STmomb PW 6, DESIGN SIDEWALK CROSS GRADE SHALL CHECKED DATE - 6-35 BE 1.5%. Exaxran MPROVED September 2009 WSDOT STANDARD PLANS DRAINAGE STRUCTURES AND HYDRAULICS B-55.20-00 Pipe Zone Bedding and Backfill i RETAINING .NOISE BARRIER, and GEOSYNTHETIC WALLS D-10.10-01 Reinforced Concrete Retaining Wall Type 1 and 1SW (2 sheets) SIGNS AND SIGN SUPPORTS G-22,10-01 Timber Sign Support (3 sheets) FENCE AND GLARE SCREEN L-20.10-02 Chain Link Fence Types 3 and 4 (2 sheets) L-30.10-01 Chain Link Gate (2 sheets) ROADWAY DELINEATION M-17.10-02 Parking Space Layouts M-24.60-03 Symbol Markings Miscellaneous (sheet 2 of 2) I I Briscoe-Des imore Levee Reach 2 & 3/Langholz A - 2 December 19, 2013 Project Number: 09-3010 � �p..."`".0� m��i w vm ® m a�mrr wuwnavY.,,wa gl BgeN C d H F 4�,�yd ED f9 3 a a WQ m E a arioz5did� �btV en°4 `J" IL 0 a #L a c h 21 y � m W Z a m N yy W ,/1 h 14 C IL IL0 z y N � a aaaF Hamm z N ei Y 2 J p LU r^ p o F Z N G+ W Ili � tV OF W Ol 0 aNOZadld 6 M 3NOZ3dld 3NOzadld a 'p'o 1 a'o IL .B 'O'0 •B A %99 %90 0 B B a g a a "—l� 00 W O� O W •�_ � x 1 z wj` a�R O SiR y°oo V j,°q,o �= LL9R z z � � Q g ° � i36 � 6 d Z 9.w.�..�u+m .v�.i `.... 9 <o LL[ r 4 O W 2 ap. md°u, w Jy v 8 � ® w .n .v E,aF 3Nm 1rs ii-� K yyPa �o �`�8 �dM- �d ua.o4' 1 gri•@ I �4° {W,�aa-6 0 0 •,erg � III 9s �° �ti JNrY rjaf .des 6'a6 12 ��t � rm $ d ter° 11 m6z E �� a� o 44 ',.. 3 � sWb' in =8„ Sam= 505 `d �d z N m 'v vi (d r N N ; W Of S FO ag s e a I P I._I _I I_ I_ I -- L I L m ss I L—i_1 N 4-4--I ' I— I I —i -�— ) w `U�� r rt—fi— — LL !� RM N ° hi o� Sz q —_ Mo p y � o € S 0 3OIld9 I oz O °�9939gg cCz3 O 3E N���i �6cL1� NO11O1No'JVIYIVdo mb j vl VIWOUMOl39-'NIWA�d m z = N3OIVNNMO139- NO3NIl ONNOHo IVNIi MOl39-NIW.9'.L $ u O ko I SN3N39 M19 .A9 NMVtlo ypg P tlE �—'MR ��,ga9 � s $o3a <$ R9 cO� G Na . 6'ffi' �M1n � �UK �1 b39,� 61�y ® m F ~ m uxlFQWR A�3 PR'.7Me�m ^r v"nd"d $$$MA"� F WLLU Og rc q wzP600 odd a3La �o N 14 b{' n� F ,�.@'n!Y"�"�$r�'{A �K'S '�' UN� �� 44�� 0 ry elm^al rqo nolm�.m, ar m�"4'rim�m,a ,I.' e ��b6 oamdmd�:r^^ ^ NN NmArtnry 66amWu c66F b'v 4466GFbeR1, a& 6b�'0.bF16F.4:-b W O y� VNbFbdm�ery.,n�m4rmFm m�tvp�l��cya�i��rmi�obi� u a ¢aaia aaaaaa a'¢ mmmmmamm � bb6MM"NM i� z�3��333'z33333333 11• Q __ b'�iu�`e' n.,N n�rv����^ � NNNhFbN a � d aaa¢aa¢aaaaaaa¢a 66'v4466 : :M'b. b g3333333333333333 . b ' _ _ � ��,����� Ii � 33333?3333333333 RRR RRRRYRRRR R,Tay I +y¢aaaaaaaa¢¢¢a¢ Sbbb66bbMMMMM+vM aaaa¢aaaaaa¢aaa¢ ":A0.2aba b�S�'�'�':'�6b r3333333.3333333ii Nwmm� V F'FFFF _..- NN.r aN N''S acaaSNh� a aaaaaaaaaaaaa¢ Saban z 3a333333333333333n mm m �.-m , � mbbMm�,mmmmmba=' L O d aaaa¢aa<3G_g 553aa vv4`v'b' 6bbNb b ���_ ❑ y 3333333zzEzzzzz3 ���. � � �b_ _ _ b� -.I. r@Eu�' �r�b Z a ^^a a � 333333¢i �i a333a 333!3 R'RRRRRRRRRRRR R& bb bb''b bbbbbMMMMMbb �� � $�$� $$Mt a mmb mbMSmS66 i, 1- L^+�atltlCa,bbbmmMMN� CbnSeNL^+NFM�l.6�b �. LnnM1rvnnr r rr mr r rM1mm� � ObmmFmID^^^^^^^ Z Y88 1b Rbbi WmbF,.Rbbb RIDbNRR6„ RR.E�bN RbmNb .'RbmoRbms Ab�b0.mSvb^''I6�^p''^"E�,'v�ti pN�:.bP�b)anbS:- al RRRRRRRRC� M MMbMbMbMbbSSb6M bMbmbbM66binMb dbbb m'Mbb. �g � ®I �i o-o-c���.'��MMbMS b'S bbb(bbbbMk R1�l.0.F rc I do a 3 a qaji a5$4$8$RRR R33 Y6R RRRRRv R R R Wig y w � MMMbb,SM6SS6b6bbM SMFo'mbbM6Mb6MboM SN m I i $ bmmmmFFFFmmbmbb� �� 4�mmmFFmmin yyN m T85b5z a.Ti4dRRRR#R RRRRRRRRR.nrtR F'k6 r b6Fe b F.b bbb` b Mb S(.F�bbbM/�F..F F!-2 $g I L bb2oSbtnb loMbMm-Mb mioboMMbmmmMbSbm 1 mn S S Oi+NNNN NNNNNPoir io ionV'v bbbbNmFmNmb rmyLL bb<b b'v ebbvF.bbL� 6b..F.t`65':.60.FbF ei-� � LLo � mbNmmie io mbr h inMNbbb baJVy �.mmbbmbmblp G� �� y dN�6b���MbmbFM� bS tltl C'C'r Cs t^+N�b�b `�W �r� ¢ mmn moo^ m ��b^N mvmmM1mm Wfdi nN ' F F NNNNNN Irr _ �<< ^FNN N NHmMm:rm nmNMm"'mb lNfl j2 (�y/li gbS'S b6b6bbSbMmblob bb�nMbMtnbMnbbbb6Z �$ bbb 90 �bbMMMMMbbbbb Mbb SbMMbbb MbSbMmleb � bu �� N ery irvNNNNNNNNNir n+fv br nb E'v'e'vmmNNbb%nbF V � $$ K Npj 6 bm66Mb66MEe M6 lebb 6mbMMbbbbMb6Mbb Opm pz m bbbbFFFFabbbtA bias NN o- paibmmFrorobn� i I 8N3H361119 IA9 NMyNO » E umi N F o m E mu u � mo�� m5a m58i U' E OF o� `� Cf+ � � i s g W dti�•¢v��K�\rv�o o`' '< � � o a D� S mC9Sg 3"d� 30� N gm m m � � N w m n NIOmo W ryµ ppC m i Z �Dn nF U fNmmU I�iy P N IL _ W N o �g z tt Nw �o o-H 0 o 0 z wo � g 69 SKWKW� F �W 2 t � v 531WA � @31tltlA � p o < o u raw � a � o oy o v N y o m k f>h O � y n,W3 O Ytt �i Z O 6�W �\ 4ltON llS OPot-dlNll msJ- -tlIWA d It�� � u �( ZV'X/1" w oz6 F m] 3 0� ^IMBD ilia AUaMVHo i x�nv.o-.e-oNlavds i� DER y3g (Z F }}cc nvaa0Nwllvnoa I s3<oN33s w„ ��� � 6 r 9 s 'LL r GIO ;�I lllol3x zsoa.aN. g �® m MON 333 Z G9 s it r m M91RH 150d.A1. ______ _____ _____ 0 i 9310N 93S o w II IH013H dSOd.IN+ u• I I _ i yw 9 .0� dV'azro Nil4�s 33s o a4 S310N333 y_ 111'JI3H NSIS.A. ISQri U T wZ W F C 2� LZ LL� Z m O K ZOm � Fn'�` NUNm NW 14 I� az �{ N33M13S XVW A-.a T _ ILI 'o3r ba z Ng a � 1 �aa m w 9]10N 115 _ ;erg z' 1dH1 nlsil. ILI d ll1013N 190A IFl r �,Z �T� `cY�I •� >< S]LON 33S r u I J '' 8 0 ldi, f 1H9I3H 1591 Sib rp 4- y' S310N334 �i tt v'.ftS 541011 d14 G 1 0 1 � 1H013N L^OJ tN U `• �< � �—t 1H01dH LSOd IH ��/ � 1 1 u 1 f I �• b ° [ fir. Fil '' oloz-o Nvla nis 3asr�' W- 9319N3]S bl W-YS NYld O1v JA^ 1^ //'f 9310N 336 n 1N9131iefals 'NI{YA ,S � / a11013H NITS.A. -NIV10 1 eq'� ). ZUy .4. f] Y OU� 3 ( S O� Irlj Sj� O w a m y ILI i snm3a ilia AU WA O '�o� g � ajQ•�. o.?p � 'U �W m ge ti'a<< i .( ❑ O• of ;5 Idl y N rc . a m � F \ 4 NN� ?N J W o � F m ?� C Ntl�� 4d' u4�r w m�y oRK 5�ti Sryi ��5y� wyyo `f�•Zd YSV.z� y}�gOjO yNy N1N- FKZ F3 IOQW M1+��9 1mWUN UG F -a o� tt 01 .Z Z I L'lt � z I'9 111 {? 0o W �¢Z > b o �e o pom i D SY f L P UJ cJ Gt- 4 tA 59 ti q U O SN3N34 PIS �A9ltxwa z Nzz LLI i9S r LL _ mryt� w o NI$ e zo O �Sa` `m°`5 Ilxup ,doff WG J .42 �D T ox W „Zy Z � Ci ri pr E G' 01n F ua N jJ lild a� le Di Rw ° o m N y I sir m C \ w � , 0 w u z a m o C v Np rd,u) I x$ ti dP 11IMPOINHVI NAI) �a 1HOIHHOIaSV4 VdAl) 00 w jd tt �Ud .0-,6 OL-.V ff ZI��tC 11 an rc b w r r w^ 3� faint (�duJ., z� a p} }} > U - � � ry 3 W ~ N Z ~ um N W U >' m W d W \ K � O 0 a a w _ OHO.IAD tlSII �A�M'AMItI ® �4, , §; ; tE ° ° { z§ 2 ) ! / { ! ! !� ! ` ! 00 \ / ( > ) ! _ � ; T n va„1.WY/tyWmrzrW/aY+�ww Q � F o D g OS 9''N Q M F o Ydd♦9rDtr 4�s" _Z � �w �S ry QQQ Q y c� u $Z E lrr® H N�1 Z� K Z �® e 0 < �< o 0 O, yQ S 12V an z O= �® >> a mm i z rc �m J V zz m mo G eZ .zZ.. 00a y., H =ti z �`a Cal E ) ^ o ado J h N= a� N OR 04 o V N M N ZS a ?ZZ X onz ( �� wa S N u tt,, S pmp ar orcw h a w w SN3tl39 TIB a9 NMVtlV V i. . � ! \ _ \\ � �\ § S § E , / r � \1 § ! % { J ��, \\\ | ) ! \ . . 9 % � § ! 2 ! � k � ` � � } \ � ~ § � � § � / . \ _ � \ � � ' ; ! ;� , f| � ( � ! ' , �� , w � . . f . ' ; / a - — - . ; O . . . � wz | � � � , � § / � . ys ! | / [ � � [ t ] � / � § � � ° } ) � / ! = I . ! , § ( I r / ; | . d � ° ) \( � ( . ) d; ; ® | | « : I § ( ( � . � � ) � ^� E � � � § / _ § § . � . � � ; . � ! / i ) \ ( . , , _.m =_, � ' m E F 66 NS2 J �p P1 Z m� £ a y z b� �g �'q v 6 N ��► 4 8C€ry'c� a4 �b !woy Qp,O�C @ 5 s ut8 E @2 y b • d sa °e„ � s cB O I H 1 �� z 14 r. b uS 1° U � i Q — __-_�b� Y Y 0 m aw yy x t- at � LWL6� OLL � Jb � 9y ybbb bbp N �a Fz iiW as �e 4a „ b £ R m N .� ilIN p / ¢ Jm-i v ice- . ro+s W ul v L �'.I�1N4��Lrh, b Z rf�A J 2 I N c � m N0 A` '^ .b �. H F miaan NvAA M WM a i yy $ SO h y �( a g _ i3nru z€ G�dyF 4Qyy oV ' J i0 NOLL03Yi0 P ppoe to N w $ o o Q 3 b b b b b b b b u N b F F 0 a b b b b b b b N N o � 9 b f 40 Nou Gala b ` Sg5f 5, U 10 No 03N11 h G S 6 .LL LL .9'E AV 44 it y y !ZQZ� yh J _I N z_ 1 r _ ! b a 00 � ..� U' iXyf ug�g a Q OtlDdAp V91l 'A9 NMWO MISCELLANEOUS DETAILS Kent Project Sign (Example) Trail Closure Plan Contech Deep Steel Catchbasin Stormfilter 2 Cartridge Unit (3 sheets) Figure 5-018 Bollards (King County Standards) i Briscoe-Desimone Levee Reach 2 &3/Langholz A - 3 December 19, 2013 Project Number: 09-3010 B o qq �pm�s II ry Awe I d (� i -- = d 0 a 0 ooeo (D 1 m IOO J� F311 S. 18 th ST' 0 LISTI J LJ i, r 1 0 _EXIST- INSTAtL_�YP E III BARRICADES PEDESTRIAN PER KENT STD, PLAN 6-71, BRIWE 14"1 ,�,'ATTACH SIGN TO ONE BARRICADE !EXIST. TRAIL TO REMAIN p Lj i OPEN DURING I I IC-2 N EXIST. TRAIL TO BE CLOSED CONSTRUCTI 0 DURING CONSTRUCTION I RIVCRSIDE INSTALL SIGN PER WSDO'T'STD. I PLAN G22.10-01 I 4 INSTALL I TYPE III BARRICADE PER KENT STD. PLAN 6-71. / , ; 14 ATTACH SIGN TO BARRICADE I I INSTALL SIGN PE0 ivs OT STD' —I —I - PLAN G22 10-0 RE ACH 2 IN Y ­_J CITY OF NKN7LA 1,CITY OF KENT F INSTALL SIGN QPrR WSDOT SM. I T 'PLAN G22 W-01 S. Igot!'h ST INSTALL SIGN D !PER- WSD!OT SM.fl 41 'd ?LAN G2222 11 , -01.1010 IN54ALL I TYPE III BARRICADE: AC REACH 3 PER KENT SM. PLAN 6-71. ,,,ATTACH SIGN OB TO BARRICADE INSTALL SIGN PER WSDOT STD.. PLAN 1322.10­01 ,j 1L f S. th f _INST/ VSOOT SM.: —op �L_ SIGN D PER PLAN _- G22 M-01 1 JT 0 RITSSELI_ roans. INSTALL Sid A S. 19611, ST.PLAN C22,10 V rxisF. MAIL TO DE CLOSW DURI NSTAIL'S CONSTRIGN UCTION v PER }rooj SM,.0 QPIAN 3,22.10-01 INSTALL 2 TYPE III BARRICADES 'PER KENT SM. PLAN 6-71, ATTACH SIGN @B)TO ONE BARRICADE S. 20GIh ST. IJ I -EXIST. TRAIL SOI, 0�FS, I 200th ST. To REMAIN OPEN _DURJM CONSTRUCTION I TRAIL Cl-C)"31ME PLAN! NOTTO SCALE LEGENDSIGN GREEN RIVER TRAIL GREEN RIVER CLOSED TRAIL STARTS: MONTH, DAY, YEAR CLOSE® REOPENS: MONTH,,YEAR STARTS: MONTH, DAYY,, YEAR WWW.DRIVEKENT,COM REOPENS; MONTH,; YEAR 48" x 36" QUANITY 4 24" x 30" Class A sign QUANITY 2 OClass A sign O e BRISCOE PARK CLOSE® REOPENS MONTH, YEAR TRUCKS ENTERING WWW.DRIVEKENT.COM AND LEAVING ROADWAY 36" x 24" :36" X 36" QUANITY 2 QUANITY 6 Class A sign Class A sign (cc B C 2 2 OUTI FT 5TUD (5EE NOTE5 445) I WEIR WALL I ... 1. .. n OVERLAP a ° a. + I a i A 4' 1 (ryp) a 6I~ 5CUNI DAFFLE KEINEORGING DAR5 INLET 5TUD (SEE NOTE 6) (OPTIONAL) (SEE NOTES 445) 2-CARTRIDGE CATCHBASIN - PLAN VIEW 1 1 4"m OPEPIING (FYN) INLET GRATE OUTLET 5TU5 ACCESS COVED. (SEE N0TE5 445) (T1T) 2 I/2" GObICRETE COLLAR (.SEE NOTE GJ 5TORMFI LTER - (SEE NOTE 2j CLEANOUT ACCE5.5 FLUG - ON WEIR WALL UNCEP.DRAIPI ' MAN 01,F) INSIQE I1d51DE INSIDE UU(SIDE TI IE STORM!gArf V.MANAGEMENT Slo �f ll a 2-CARTRIDGE CATCHBASIN - SECTIONVIEW A „� PAIE, � �r,0 f3J -) Nc G IN04F N1 U4,57C AND OTHER U AI ID YOKOG i C2000 CONTCCH Stormwator 9olutlnas PATNTE.FEND u DEEP STEEL CATCHBASIN STORMFILTE_R U�V111G 'Ag"%tWOR amm STOfiMW°4TER PLAN AND SECTION VIEWS �,.��; 1 I '0LLJ-n0NS., STANDARD DETAIL, - 2 CARTRIDGE UNIT ve COMeclwlotmJlBieGCOiYI DAIE;11101105 6C/ C;NONE FILE NAMFcBSF2SD aTL CFAwN:MJIti CHECKED;ARG PERMANENT POOL ELEVATION —4"O OPENING I'-5 I/4" Z VARIES 3'-3 5/5"MAX. 3'-3 5/5" L j I J INLET STUB (OPTIONAL) 2' OUTLET STUB (SEE NOTES 4&5) INSIDE (SEE NOTES 445) i h—2'O I/2" I 2"0 OUTLET PIPE ) OUTSIDE—� FROM UNULRDRAIN 2-CARTRIDGE CATCHBASIN -SECTION VIEW B 2 LIPTINC EYE ICI (TYP OF 4) 0 O PERMANENT FOOL ELEVATION I'- CA.RTRI NGE (t lyr). 2-CARTRIDGE CATC:HBASIN - SECTION VIEW C _ 2 me STMMvmru mANAG)`e,IMT U,5.PATENT W.5.322,G20, Nc-5,iWi ,27,%,G,027,639 Na.G,639,On @,No.`v.GLA,576, ANO OTUER CL5.ATID(O.PI(1VI '02006 CONTEDH 3tormwator Solutlons rnreurs PENEuaG DEEP STEEL CATC-IBASIN STORMFILTER NYJ1N STCORMWATER -. SECTION VIEWS 2 -•- --`50LUTI0NS,. STANDARD DETAIL - 2 CARTRIDGE UNIT 213 conteclvstormpmlcr.com PATE:11/0 v05 SCALL:NONE FILE NAME CnSF'LSp-OTi. ��RAyVN:M1IJW <:HECNF D:ARG i i GENERAL NOTE S i)STORMFILTEP DY CONIECH STORMWATEK SOLUTION5; PORTLAND, OR(800) 548-46G7;5CAR60KOUCH,ME(677)907-8G76; ' EIAR.IDGE, MD(8CG)740-33.15, 2) 1`I1TER5 TO BE SIPHON-ACTUATED AND SELF-CLEANING. 3)STEEL 5TRUCTLI LO BE MANUFACTUREU OF 1/4 INCH STEEL PLATE, 4)5TOPMFILTER REQUIRES 3.3 FEET OF DROP FROM RIM TO OUTLET. INLET SHOULD NOT BE LOWER.THAN OUTLET. INLET(IF APPLICABLE)AND OUTLET PIPING TO BE SPECIFIED BY ENGINEERAND PROVIDED BYCONTRACTOP. 5)CI95F EQUIPPED WITH 4 INCH(APPROXIMATE) LONG STUBS FOR INLET(IF AFFI ICABLQ AND OUTLET PIPING. STANDARD OUTLET STUD IS 8 INCHES IN DIAMETER. MAXIMUM OUTLET STUB 15 15 INCHES IN DIAMETER, CONNECTION 10 COLLECTION PIPING CAN BE MADE USING I`LEXIBLE COUPLING BY CONTRACTOR, 6) FOP H-20 LOAD RATING, CONCRETE COLLAR 15 REQUIP[b. CONCRETE COLLAR WITH QUANTITY(2)N4 REINFORCING BARS TO BF PROVIDED BY CONTRACTOR. 7)ALL STOKMFILTER5 RFOUIRE REGULAR MAINTENANCE. PEFER TO OPERATION AND MAINTENANCE GUIDELINES FOR MORE INFORMATION, 2-CARTRIDGE DEEP CATCHBASIN STORMFILTER DATA 5TRUCTUPEID XXX WATER OUAI.ITY FLOW RAZE (cfs) X.XX PEAK FLOW RATE (<1 .6 cfs) X.XX KET URN PERIOD OF PJAK FLOW( -5) XXX CART RIDGE FLOW RAI L(15 OK 7.5 gym) XX MEDIA TYPE (C5F, FEKLITE, ZPG) Y,XXXX RIM LI-EVAHON I XXX.XX' PIPE DAI A: LE. DIAMETER INLEF STUB XX m, XX" OUTI L T ST UEb XXX.XX' XX" CONFIGURATION OUTLET INLET SLOPED LID YES\NO SCUD COVER YE5WO NOTE5l5FECIAL REQUIRFMENT5: INLET GRATE ACCESS COVER (TYF) 4: • n p . 4 .. :.d OUR 'ff'��II IIfn�''IfI�'j' n 1 LIfJ 1 f �+-a — 4 HUME1 2-4, INSIDE RIM Hom BRA, 2 4" L 4' 2'-4' I b—Ihionic KIM INoIUL RIM INSIDE RIM 7'.I° Tor MORVNATER MAN'Af;'WcNT - OUIBICE RIM SeaniPurc� 15. rear s ,2-CARTRIDGE CATCHBASIN - TOP VIEW t 6 A ID Op P.0, ,N/NDr Po[rcir�la;�p6l C92U06 CONTCC- Slormwaler Solutions Pn,PaTs .en o Ir Ili, o nwntc �, DEEP STEEL CATCH BASIN STO(-�MFIL"fF_R � A INTO, TOP VIEW, NOTES AND DATA 3 STORIMATER SOLUTIONS- STANDARD DETAIL - 2 CARTRIDGE UNIT 313 contachmormwater,com DATE:11/0Il05 SCAMNONE FILE NAMECSSFl90-ML DRAWMAIAV CHECKED:ARG i Q ® ® ® CID V) VARIES c�v Q RECYCLED PLASTIC REMOVABLE BOLLARD PLAN OR TIMBER( 1 w all X 8" X 5'-6" s�a o = I U RECYCLED PLASTIC 8" X 8" X 4'-0" OR TIMBER ----- (1 1/2" GALVANIZED EYE BOLT W/WASHER 1/8" MIN. THICKNESS AND NUT. RECESS GALVANIZED STEEL OR NUT AND PEEN BOLT ;D ALUMINUM. INTERIOR. THREADS. I SIDE DIMENSIONS 1/4" 500# MIN. TEST N GREATER THAN POST GALVANIZED CHAIN DIMENSIONS ANCHORED IN CONCRETE 4 o II, DRAIN PIPE 3'0 MIN.— .:'.. ^ . i:c`5::..-. .•'aj,;,; ,:� iv li . ... • �'' ?'�=`` ANCHOR WITH FIXED BOLLARD - ,: ,a:S� 6„ X 3/8„ DIAM. STEEL ROD 24" REMOVABLE BOLLARD SECTION A—A NOTES: 1(. RECYCLED PLASTIC BOLLARD SHALL BE WHITE. TIMBER SHALL BE DOUGLAS FIR, DENSE CONSTRUCTION GRADE, AND SHALL BE PRESSURE TREATED WITH A WATERBORNE PRESERVATIVE (ACA, CCA, ACZA) IN ACCORDANCE WITH THE REQUIREMENTS OF SEC. 9-09.3 (1) OF THE WSDOT/APWA STANDARD SPECIFICATIONS. TOP 5 IN, OF TIMBER SHALL BE PAINTED WHITE. 2. STEEL TUBE SHALL CONFORM TO ASTM A53 GRADE A. I I 3. NUTS, BOLTS, & WASHERS SHALL CONFORM TO ASTM A307. 4, ALL STEEL PARTS SHALL BE GALVANIZED. ! 5. CONCRETE SHALL BE CLASS 4000,S. SEE SEC. 5.08. 7(. MIN. 50 IN. SPACING ON TRAILS LESS THAN 10 FT. WIDE. 60 IN. SPACING ON TRAILS 10 FT. OR WIDER.DepartmontofTransportatlon Road Services Division BOLLARDS S FIG. 5-018a 2007 Design and 5-30 King County Construction Standards i CONSTRUCTION SETTLEMENT MONITORING AND CONTROL SECTION 01850 Construction Monitoring Program i SECTION 01860 Construction Noise and Vibration Control SECTION 02100 Settlement Monitoring SECTION 02150 Sheet Pile Installation Test Program III Briscoe-Desimone Levee Reach 2 &3/Langholz A - 4 December 19, 2013 Project Number: 09-3010 i I III SECTION 01850 CONSTRUCTION MONITORING PROGRAM PART 1 GENERAL 1.1 SUMMARY A. The work in this Section includes, but is not limited to, providing all labor, materials, tools, equipment, and incidentals necessary for Construction Monitoring Program, in accordance with the Contract Documents. B. The work of this Section includes, but is not limited to, the following activities: Interior and Exterior Pre-construction Inspection Reports. Construction Activity Reports., Installing and monitoring crack monitors. Interior and Exterior Post-construction Inspection Reports. 1.2 SUBMITTALS A. Qualifications of independent engineering firm and personnel who will perform the pre-and post-construction inspections. B. Submit a sample for each report described in this Section for review and approval by the Engineer before beginning the work. C. Pre-construction Inspection Reports: Prepare a separate report for each structure, with the content as specified in Paragraph 3.01. Submit 5 copies of each report, including drawings, photos, and videos. Complete the pre-construction inspection reports at least 3 weeks before beginning any construction work within 100 feet of the structure. Allow 2 weeks for review by the Engineer. D. Construction Activity Reports: Submit descriptions of the work performed according to the following schedule: daily during sheet pile installation; otherwise, weekly. Include: 1. Summary of construction activities performed. Include sketches on copies of the construction plan drawings showing the locations, limits, and dates of work performed. 2. Description of any unusual events that may have caused unusual vibrations (e.g. difficult driving, hit obstruction, etc.), settlement of or potential damage to a building or other structure. Describe any remedial or precautionary measures that were implemented in response to the unusual event or instrumentation data during the period covered by the report. Include when, where, and why the measures were implemented. Include a description of any future Briscoe-Desimone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 remedial or precautionary measures that are planned in response to existing instrumentation. 3. Crack monitor measurements. Post-Construction Inspection Reports, as required by the Engineer, for each building or structure for which a Pre-Construction Inspection Report was prepared, including additional specific focus on portions of buildings or structures where damage is alleged to have occurred if any. Submit 5 copies of each report, including drawings, photos, and videos. 1.3 QUALIFICATIONS Employ an independent Professional Engineer, with at least 3 years of experience in performing condition surveys, to perform the preconstruction inspections. PART 2 PRODUCTS 2.1 CRACK MONITOR Provide a calibrated direct read building crack monitor consisting of overlapping glass or acrylic plates. The crack monitor shall be waterproof and weather resistant and shall be capable of being read to a resolution of 0.02 inch with a maximum horizontal range of at least 0.75 inch and a vertical range of at least 0.375 inch such as crack monitors as manufactured by Avongard of Santa Monica, CA, or approved equal. PART 3 EXECUTION 3.1 PRECONSTRUCTION INSPECTIONS Perform interior and exterior preconstruction inspections on the portions of all buildings and other structures within 100 feet of the sheet pile wall, vehicle access ramp, and Reach 4. Videotape all curbs, sidewalks, parking areas, and landscaping features, associated with the buildings along the alignment, within 50 feet of the sheet pile installation. Obtain permission to perform the surveys from building owners and tenants in coordination with City of Kent real estate representatives. Coordinate initial contact with building owners with the Engineer. Document all interactions with the building owners and tenants. Notify the Engineer at least 1 week before conducting each preconstruction survey. i Include the following, as a minimum, for each survey: Conduct a detailed examination of the portions of the buildings or structures identified above. Briscoe-Desimone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 �i Document the examinations with color still photographs and/or videotapes. The scope and number of photographs and videos shall be sufficient to document all pre-existing conditions. Document the conditions observed in writing or by verbal description on the videotape, by time stamp. Note evidence of damage or defects, including, but not limited to: • Damaged, cracked, spalled, or delaminated concrete. • Sheared or bent bolts. • Distortion of the structural members or elements. • Cracked, loose, or missing plaster, wall board, or other wall finishing. • Damaged masonry or roofing. • Displacements or separations in materials or caulking. • Windows and doors that stick or do not fit properly in their frames. • Walls or floors that are not vertical or horizontal. • Evidence of water seepage into the building. • Cracked or peeling paint, flooring, ceiling tiles, or interior finishes. Interview building/structure personnel regarding existing conditions, known damage or defects, and historical building/structure damage or repairs. Recommend to the Engineer crack monitoring locations on up to 5 existing cracks in each building or structure. Select cracks that are in portions of the building close to the proposed construction. 3.2 CRACK MONITOR INSTALLATION AND MONITORING Install crack monitors on up to 5 existing cracks in each building or structure at locations approved by the Engineer. Install crack monitors in accordance with the manufacturer's recommendations. After installation, submit a sketch and photograph showing the as-installed locations in the horizontal position and elevation, measured from permanent physical features in the field, to an accuracy of +/- 1 foot. Within 3 days of installing the crack monitor and the epoxy has set, perform a first initial reading (FIR). The FIR for a crack monitor will be the reading of the cross hairs on the crack monitor when the tape connecting the two plates is cut after the monitor has been installed and/or the epoxy has set. Reading accuracy shall be +/-0.02 inch. Submit the FIR to the Engineer. Read the crack monitors weekly and submit readings with the Construction Monitoring Reports. Reading accuracy shall be +/-0.02 inch. i 3,3 POST-CONSTRUCTION INSPECTIONS Contractor shall prepare a Post-Construction Inspection Report as directed by the Engineer for each building or structure for which a Pre-Construction Inspection Report was prepared. Perform and document the inspections, and provide reports, as described above. Document any changes from the pre- construction conditions. If at any time after the beginning of construction, a building or structure owner or tenant makes a claim for damages or alleged Briscoe-Des!mone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 damages, the Contractor shall immediately inform the Engineer of such claim. In addition, the Contractor shall immediately act to have its independent Professional Engineer perform further inspections of the alleged damage and report its findings to the Engineer within 5 days of receiving the notice of claim. END OF SECTION Briscoe-Desi mone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 SECTION 01860 CONSTRUCTION NOISE AND VIBRATION CONTROL. PART 1 GENERAL 1.1 SUMMARY A. The work of this Section includes, but is not limited to, providing all labor, materials, tools, equipment, and incidentals necessary for construction noise and vibration control, in accordance with the Contract Documents. B. The work of this Section includes, but is not limited to, the following activities: 1. Construction Noise and Vibration Monitoring and Control Plan. 2. Noise and Vibration Monitoring. 3, Monitoring Reports. 4. Complaint Resolution. 1.2 REFERENCE STANDARDS A. FTA, "Transit Noise and Vibration Impact Assessment" B. ASTM C. AASHTO D. ANSI 1. ANSI SIA Specification for Sound Level Meters E. (IEC) 1. 1 EG 179 Precision Sound Level Meters F. (SAE) 1. SAE 3366 Exterior Sound Level for Heavy Trucks and Buses 2. SAE 3952 Sound Levels for Engine Powered Equipment 3. SAE JAG Exterior Sound Level Measurement Procedure for Earthmoving Machinery 1.3 SUBMITTALS A. Before beginning work that may cause noise or vibrations, submit a Construction Noise and Vibration Monitoring and Control Plan including: 1. Instrument specifications and calibrations 2. Table of expected noise and vibration producing activities including: description of activity, location, and anticipated dates and times of activities 3. Table of structures and other noise and/or vibration sensitive receptors that may be impacted by noise and vibration including: structure description, street address, name and address of owner, and names of occupants 4. Proposed monitoring locations. Ii Briscoe-Desimone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 5. A Construction Vibration Assessment performed in accordance with the guidance in Chapter 12 of the FTA Transit Noise and Vibration Impact Assessment Manual (April 1995) for construction activities. 6. A Construction Noise Assessment performed in accordance with the guidance in Chapter 12 of the FTA Transit Noise and Vibration Impact Assessment Manual (April 1995) for construction activities. 7. Preliminary evaluation of structure susceptibility to vibration induced damage 8. Monitoring program procedure including reporting procedures 9. Noise and Vibration Mitigation Plan (including damage prevention) 10. Sample Noise and Vibration Data Report 11. Plan to deal with and resolve complaints B. Before beginning work that may cause noise or vibrations, initiate a Construction Noise and Vibration Monitoring and Control Program. The Contractor shall perform the following actions: 1. Within 2 workdays of receipt of each seismograph and noise meter at the site, submit copy of specifications, manual, factory calibration and manufacturer's test equipment certification. 2. Submit background noise and vibration data reports for each building in accordance with Table 3 of this Section. 3. Submit weekly Noise and Vibration Data Reports, within 3 days of the end of each week. 4. Submit Noise and Vibration Data Reports within 1 working day of requests by the Engineer in response to complaints by adjacent property owners. PART 2 PRODUCTS 2.1 EQUIPMENT A. Noise Meters: Provide and operate Type 1 or Type 2 sound level meters consistent with ANSI and ASTM requirements for monitoring noise levels from construction activities and equipment: 1. Noise level range: 40 to 120 decibels (dB), or mid-scale 2. Metric: Leq, 1-hour average 3. A-weighted frequency response 4. Response time: slow setting for continuous or intermittent noise; fast setting for impulsive noise (a momentary sound such as a horn) 5. Windscreen: place factory-supplied windscreen over microphone during all measurement periods. 6. Position: the meter microphone should be positioned at a height of 4 feet above ground level and at least 10 feet away from a reflecting surface (such as a wall). The microphone can be handheld or tripod mounted. 7. Data shall be collected either by manually reading and recording noise levels or by storing and downloading the data remotely depending on the capabilities of the meters used. The date, time, monitoring location and nature of construction activities shall be reported with the data. 8. Field calibration: Noise meters shall be field calibrated before and after each measurement, or at least once per hour, whichever is Briscoe-Des!more Levee Reach 2 &3/Langho17 December 19, 2013 Project Number: 09-3010 more frequent using a calibrator specified for use with the meter and the manufacturer's instructions for calibration. B. Seismographs: Provide portable seismographs for monitoring the velocities of ground vibrations resulting from construction activities, with the following minimum features: 1. Seismic range: 0.01 to 8 inches per second with an accuracy of 5% and no more than a 3 db roll off at the low frequency end. 2. Flat frequency response: 2 to 200 Hertz. 3. Three-component sensor. 4. Fourth channel for air blast monitoring. 5. Two power sources: Internal rechargeable battery and charger and 115 volts AC. Battery must be capable of supplying power to monitor vibrations continuously for at least 24 hours. 6. Direct writing to printer and to either USB flash drive or CD. Instruments must be capable of producing strip chart recordings of readings on site within one hour of obtaining the readings. Provide computer software to perform frequency analyses of data. 7. Continuous mode and histogram mode capabilities for recording vibrations. Histogram mode must include frequencies of each peak vibration. S. Capability of downloading data remotely via wireless connection. C. Factory calibration: provide factory calibrations for each instrument. Perform seismograph calibrations using a shake table and a reference sensor traceable to the national institute of standards and technology. Perform noise meter calibrations using a calibrator traceable to the national institute of standards and technology. Recalibrate the instruments at least once every 12 months. PART 3 EXECUTION 3.1 GENERAL A. The Contractor shall prepare a Construction Noise and Vibration Monitoring and Control Plan. Plan components 1 through 11 listed in Paragraph 1.03.A shall be completed prior to the onset of construction and submitted to the Engineer for approval. 1. The Contractor shall monitor construction activity noise for two one- hour periods each week when Contractor's activities are most noise intensive. The Monitoring Plan shall identify the one-hour daytime and one-hour nighttime monitoring periods to be used throughout the monitoring program. 2. The Contractor shall monitor construction activity noise at actual or representative sensitive receptor locations. Sensitive receptor locations that are adjacent to one another and would be expected to experience equivalent exposure to construction noise may be clustered by selecting a representative monitoring location. The monitoring locations shall have an unobstructed line of sight to the construction site. The selected monitoring locations and rationale for selection shall be identified in the Monitoring Plan and shall be used throughout the monitoring program. Briscoe-Desimone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 i 3. When no construction activity occurs within 1000 feet of a monitoring location during any single week, no monitoring needs to be performed at that location during that week. The Contractor shall provide an explanation of that circumstance in the Noise and Vibration Data Report for that week. B. The Contractor shall execute a Construction Noise and Vibration Monitoring and Control Program. The Program shall be performed consistent with the requirements and conditions specified in the Construction Noise and Vibration Monitoring and Control Plan. C. The Contractor shall use every effort and every means possible to minimize noise caused by its operations. The Contractor shall provide working machinery and equipment designed to operate with the least possible noise, including the use of shields, soundproof housings, enclosures, or other physical barriers to restrict the transmission of noise. Compressors shall be equipped with silencers or mufflers on intake and exhaust lines. Wherever practicable, electricity shall be used for power to reduce noise. Where required by agencies having jurisdiction, certain noise producing work may have to be performed during other than regular working hours or at specified periods only. D. If the need arises, the Contractor will be required to assist the Engineer and Authority with community coordination activities relative to public noise exposure. 3.2 GENERAL NOISE LEVEL RESTRICTIONS A. As part of the Construction Noise and Vibration Monitoring and Control Plan, the Contractor shall prepare a Construction Noise Assessment in accordance with the guidance in Chapter 12 of the FTA Transit Noise and Vibration Impact Assessment Manual for construction activities. The Contractor must determine the potential for construction noise impacts on noise sensitive receptors, develop a mitigation plan to prevent impacts to the maximum extent practicable, and develop a Monitoring Plan. B. Contractor assumes all responsibility and liability for any noise impacts on sensitive receptors. C. Maximum acceptable noise levels from construction activities for an associated land use have been identified within Table 01860-1. Table 01860-1 Maximum Acceptable Construction Noise Levels One Hour LQ dBA Land Use Daytime Nighttime Residential 90 80 Commercial 100 100 Industrial 100 100 Source: Transit Noise and Vibration Impact Assessment Federal Transit Administration, April 1995 Briscoe-Des!mone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 E. Contractor shall take ambient noise measurements and shall identify and implement mitigation measures to ensure compliance with the Maximum Acceptable Construction Noise Levels listed in Table 01860-1. F. Noise monitoring shall not be conducted during precipitation events or in winds greater than 12 miles per hour. G. If a Maximum Acceptable Construction Noise Level is reached: 1. Immediately notify the Engineer. 2. Meet with the Engineer to discuss response action(s). 3. Submit an up-to-date report within 24 hours for all instruments for which the Maximum Level was reached, as well as on any other instruments requested by the Engineer. H. In addition to the above steps, if a Maximum Acceptable Construction Noise Level is reached, initiate the following response actions, as directed by the Engineer. 1. Increase instrument monitoring frequencies. 2. Install and monitor additional instruments. 3. Modify construction procedures. 4. Implement Mitigation Measures specified in Article 3.10 of this Section or as identified in the Construction Noise and Vibration Monitoring and Control Plan, so that the Maximum Level is not exceeded. I. If the Maximum Level is reached, the Contractor may be directed to suspend activities in the affected area with the exception of those actions necessary to avoid exceeding the Maximum Level. J. If complaints about noise are received, the Contractor shall promptly conduct additional monitoring at additional times, locations and frequencies, as directed by Engineer, and immediately inform Engineer of the results of such monitoring, at no additional cost to Authority. 3.3 SPECIFIC NOISE LEVEL RESTRICTIONS A. Identified noise sensitive receptors with proximity to below grade construction include, but may not be limited to: 1. McCallum Print Group, 6040 S. 194th St. 2. 19241 62"d Ave. S. 3. 5920 S. 194th St. 4. PCS Properties, 5900 S. 190th St. and 6020 S. 19011h St. B. The Contractor shall ensure that appropriate measures will be in place during construction to protect the sensitive receptors from noise impacts to the maximum extent practicable. These measures shall be identified within the Noise and Vibration Mitigation Plan. I 3.4 GROUND VIBRATION LIMITS A. As part of the Construction Noise and Vibration Monitoring and Control Plan, the Contractor shall prepare a Construction Vibration Assessment in accordance with the guidance in Chapter 12 of the FTA Transit Noise and Briscoe-Desimone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 Vibration Im pact Assessment Manual for construction activities. The Contractor must determine the potential for construction vibration impacts on vibration sensitive receptors, develop a mitigation plan to prevent impacts to the maximum extent practicable, and monitor construction activity vibration as needed. B. Contractor assumes all responsibility and liability for any vibration damage to surrounding buildings and structures as a result of the Contractor's activities. C. Table 01860-2 indicates Threshold and Limiting Values for seismographs. These values are defined collectively as Response Values. The actions associated with these Response Values are defined. Response Values are subject to adjustment by the Engineer as indicated by prevailing conditions or circumstances. TABLE 01860-2- RESPONSE VALUES INSTRUMENT THRESHOLD VALUE LIMITING VALUE Seismographs at buildings: Peak Particle Velocity: Peak Particle Velocity: Continuous or Steady 0.3 in/sec for frequencies less 0.5 in/sec for frequencies less State Vibration (see than 30 Hz than 30 Hz 0.5 in/sec for frequencies 0.7 in/sec for frequencies Note 1) greater than 60 Hz greater than 60 Hz Peak Particle Velocity: Peak Particle Velocity: Seismographs at buildings: 0.5 in/sec for frequencies less than 60 Hz 0.7 in/sec for frequencies less Transient or Impact than 60 Hz Vibration (see Note 2) 0.7 in/sec for frequencies 1.0 in/sec for frequencies greater greater than 90 Hz than 90 Hz Special Response Values for Instruments at McCallum Print Group 6040 S. 1941h Street One-half the velocities One-half the velocities 5920 S. 194t' St. 19241 62nd Ave S. listed above listed above PCs Properties 5900 S. 190th St. and 6020 S. 190`h St. i Notes: 1. Response Values for Continuous or Steady State Vibrations apply to vibrations such as vibratory pile drivers, jack hammers, reciprocating pavement breakers, compactors, large pumps and compressors, bulldozers, trucks, cranes, and other large machinery. Use linear interpolation for frequencies between 30 Hz and 60 Hz. 2. Response Values for Transient or Impact Vibrations apply to vibrations such as blasting, drop chisels, clam shell buckets, impact pile drivers, wrecking balls, building demolition, gravity drop ground compactors and Briscoe-Desimone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 gravity drop pavement breakers. Use linear interpolation for frequencies between 60 Hz and 90 Hz. D. If a Threshold Value is reached: 1. Immediately notify the Engineer. 2. Meet with the Engineer to discuss response action(s). . 3. Submit an up to date report within 24 hours for all instruments for which the Threshold Value was reached, as well as on any other instruments requested by the Engineer. Continue to submit daily reports until all instrument readings fall below the specified Threshold Values, or unless otherwise directed by the Engineer. E. In addition to the above steps, if a Threshold Value is reached, initiate the following response actions, as directed by the Engineer. 1. Increase instrument monitoring frequencies. 2. Install and monitor additional instruments. 3. Modify construction procedures. 4. Implement Mitigation Measures as specified in Contract Documents and this Section or as identified in the approved Construction Noise and Vibration Monitoring and Control Plan, so that the Threshold Value is not exceeded. F. Implement Mitigation Measures as specified in Contract Documents or as identified in the approved Construction Noise and Vibration Monitoring and Control Plan, so that the Limiting Value is never exceeded. G. If complaints about vibration are received, the Contractor shall promptly conduct additional monitoring at additional times, locations and frequencies, as directed by Engineer, and immediately inform Engineer of the results of such monitoring, at no additional cost to the City. 3.5 SPECIFIC GROUND BORNE NOISE AND VIBRATION LEVEL RESTRICTIONS A. Identified ground borne noise and vibration sensitive receptors likely to be impacted by construction include, but may not be limited to: 1. McCallum Print Group, 6040 S. 1941h Street 2. 19241 62nd Ave. S. 3. 5920 S. 1941h St. 4. PCS Properties, 5900 S. 1901h St. and 6020 S. 190th St. B. The Contractor shall ensure that appropriate measures will be in place during construction to protect the sensitive receptors from damage and foundation cracking to the maximum extent practicable. These measures shall be identified within the approved Construction Noise and Vibration Mitigation Plan. 3.6 SEISMOGRAPH INSTALLATION A. Install seismographs in accordance with Manufacturer's installation instructions. i Briscoe-Desimone Levee Reach 2 &3/1-angholz December 19, 2013 Project Number: 09-3010 B. Firmly mount seismographs on the surface slab of concrete or asphalt, firmly set them in undisturbed soil, or rigidly attach them to the structure of buildings. 3.7 PROTECTION OF INSTRUMENTS A. Protect all instruments and appurtenant fixtures, leads, connections, and other components of instrumentation systems from damage due to construction operations, weather, traffic, and vandalism. B. If an instrument is damaged, repair or replace the damaged instrument at no additional cost to the City, including damage resulting from Contractor's actions to instruments installed by others. The Engineer will be the sole judge of whether repair or replacement is required. The Engineer may impose a work stoppage in the vicinity of the damaged instrument until it is again operational, at no additional cost to the City. 3.8 DATA COLLECTION A. Comply with the schedule in Table 01860-3 TABLE 01860-3 - MONITORING SCHEDULE INSTRUMENT T SCHEDULE Noise meters Obtain noise measurements during the designated one-hour daytime monitoring period, in the Leq metric, and the designated one-hour nighttime monitoring period one week before construction begins at the selected noise monitoring locations to establish background noise levels. Obtain noise measurements during the designated one-hour daytime monitoring period, in the Leq metric, and the designated one-hour nighttime monitoring period each week during construction activities at the selected noise monitoring locations. Submit data reports weekly. Seismographs Continuously, in histogram mode (5 minute intervals), for one week before construction begins, to obtain background vibration levels. At the start of vibration-inducing construction activities, determine peak particle velocity and corresponding frequencies produced by vibration-producing activities to establish the maximum energy which can be used without surpassing acceptable vibration levels in nearby structures. Perform separate tests for each building. Continuously in histogram mode (5 minute intervals) during vibration- producing construction activities within 300 feet of seismograph location. Submit reports weekly. Briscoe-Desimone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 3.9 DATA REPORTS A. Submit reports in a format that complies with the relevant requirements of Section 02100, "Geotechnical Instrumentation and Monitoring." Include complete electronic data and plots on 8.5 x 11 paper showing peak particle velocity for each 5-minute interval. 3.10 MITIGATION MEASURES A. As part of the Construction Noise and Vibration Monitoring and Control Plan, the Contractor shall prepare a Noise and Vibration Mitigation Plan. The Plan shall identify potential noise and vibration impacts during construction activities, and the measures the Contractor will use to minimize those impacts. B. Measures to minimize construction noise and vibration impacts must be evaluated for effectiveness by the Contractor. Such measures may include, but are not limited to: 1. Minimize pile driving and the use of other loud construction equipment during work hours. 2. Sequence operations, combining noisy events to occur at the same time in order to reduce the total length of the noise generating activity. 3. Use alternative construction methods such as hydraulic press to reduce vibration. 4. Use shields, impervious fences or other physical barriers to inhibit the transmission of noise. 5. Use sound retardant housings or enclosures around noise producing equipment 6. Use effective intake and exhaust mufflers on internal combustion engines and compressors. 7. Use electric instead of diesel powered equipment. 8. Use covered hoppers, storage bins, and chutes with sound deadening material. 9. Use hydraulic tools and equipment instead of pneumatic impact tools and equipment. 10, Minimize use of air or gasoline driven saws. 11. Conduct truck loading, unloading, and hauling operations so that noise and vibration are minimized, 12. Place operation limitations on machines and trucks. 13. Site stationary equipment to minimize noise and vibration impact on nearby buildings. 14. Plan noisier operations during times of highest ambient noise levels. 15. Keep noise levels relatively uniform, avoid peaks and impulse noises. 16. Turn off idling equipment. 17. Phase in startup and shutdown of equipment. 3.11 NOISE AND VIBRATION COMPLAINT RESOLUTION A. As part of the Construction Noise and Vibration Monitoring and Control Plan, the Contractor shall prepare and implement a plan for responding to and resolving noise and vibration complaints that may arise during construction activities. Briscoe-Desimone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 END OF SECTION ICI I Briscoe-Desimone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 SECTION 02100 SETTLEMENT MONITORING PROGRAM PART I GENERAL 1.1 SUMMARY A. The work of this Section includes, but is not limited to, providing all labor, materials, tools, equipment, and incidentals necessary for settlement monitoring, in accordance with the Contract Documents. B. The work of this section includes, but is not limited to, the following activities: 1. Instrumentation installation. 2. Instrumentation baseline readings. 3. Routine instrumentation monitoring. 4. Instrumentation removal and related site restoration. 1.2 SUBMITTALS A. Within 21 days after the Notice to Proceed, submit a Settlement Monitoring Plan as specified herein for approval by the Engineer. B. Within 21 days after the Notice to Proceed, submit qualifications for the following: 1. Resume of Instrumentation Supervisor. 2. Resume of the Chief Surveyor. 3, Resume of the Field Survey Party Chief. C. Within 5 days of installing each instrument, submit the as-installed instrument location and corresponding installation record sheet, for approval by the Engineer. D. Weekly, submit data collected in accordance with the schedule detailed herein. The submittals shall include: 1. Raw and reduced data for the week both printed and electronically on either CD or flash drive. 2. Updated plots of data. On plots of data versus time, show key construction activities and other events that could influence changes in the data. 3. A statement to indicate whether any Response Value has been reached. 1.3 QUALIFICATIONS A. Instrumentation Supervisor: The Instrumentation Supervisor shall be in charge of the instrumentation installation and monitoring program and full-time on site during the installation. The Instrumentation Supervisor shall have at least 3 years of direct field experience in installation and monitoring of the instrument types specified herein, and shall have supervised two instrumentation programs of similar magnitude in similar subsurface conditions. Briscoe-Desim one Levee Reach 2 & 3/Langholz December 19, 2013 Project Number: 09-3010 B. Chief Surveyor: The Chief Surveyor shall be a Registered Land Surveyor with a minimum of 3 years of experience in displacement measurements of the types and accuracies specified in accordance with this Section. C. Field Survey Party Chief: The Field Survey Party Chief shall have a minimum of one year of experience in displacement survey measurement of the types and accuracies specified herein in accordance with this Section. PART 2 PRODUCTS 2.1 GENERAL A. Furnish all installation tools, materials, and miscellaneous instrumentation components. B. All graduations shall be in U.S. Customary Units, (for example U.S. Survey feet, hundredths of a foot, and pounds). C. The horizontal reference datum shall be NAD83/91. The vertical reference datum shall be NAVD88. Both the horizontal and vertical datums will be referenced to two or more City of Kent control points. D. Specific instrument measurement shall include instrument and associated equipment purchase, instrument installation, post-installation acceptance tests, formal initial readings, and all related submittals. 2.2 DEFORMATION MONITORING POINTS A. Deformation monitoring points shall consist of one of the following: B. DMP-Type 1 consists of a masonry nail. The nail shall be manufactured from hardened, zinc-plated steel, have ribbed threads along its shank, and a conical point. It shall also have an indent in the center of its head to receive a surveyor's plumb bob. C. DMP-Type 2 shall consist of a 3/8-inch-diameter by minimum 2-inch- long, stainless steel, socket head cap screw with stainless steel washer, screwed into a 3/8-inch machine screw anchor such as the Tamp-in brand anchor from Interstate Screw Corporation of Hialeah, FL; Concrete Machine Screw Anchor from Concrete Fastening Systems of Cleveland, Ohio; Shallow Hole Internally Threaded Anchors For Concrete, Solid Block & Brick from McMaster-Carr Supply Company; or approved equal. Where removal and patching is not required after construction, the bolts may be installed with epoxy or polyester adhesive in lieu of tamp-in screw anchors. Where DMP-Type 2 is installed in steel column members, the Contractor may install by drilling and tapping. DMP-Type 2 shall typically be installed into vertical surfaces of buildings and structures. D. DMP-Type 3 shall consist of a 3/8-inch-diameter by 2-inch-long punch- marked stainless steel round-head bolt screwed into a 3/8-inch machine screw anchor such as the Tamp-in brand anchor from Interstate Screw Corporation of Hialeah, FL; Concrete Machine Screw Anchor from Concrete Fastening Systems of Cleveland, Ohio; Shallow Hole-For Concrete, Solid Block & Brick anchor from McMaster-Carr Supply Company; or approved equal. Where removal or patching is not required after construction, the bolts may be 3/8-inch-diameter by 2-inch-long punch-marked stainless steel carriage bolts installed with epoxy or polyester adhesive in lieu of tamp-in screw anchors. DMP-Type 3 shall Briscoe-Desim one Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 typically be installed into horizontal concrete and rock surfaces (e.g., sidewalks, granite curbstones). E. DMP-Type 4 shall consist of an observable point, punch-marked on the top horizontal surface. The point shall also be clearly identified using fluorescent spray paint or other marking method approved by the Engineer. The point shall be punch marked such that it can be consistently surveyed to the accuracy specified herein. F. DMP-Type 5 shall consist of a contractor-designed deformation monitoring point. The DMP shall be capable of being consistently surveyed to the accuracy specified herein. The DMP-Type 5 details shall be submitted to the Engineer for approval. PART 3 EXECUTION 3.1 GENERAL A. The Settlement Monitoring Program shall provide pre-construction baseline data, construction data, and post-construction data for comparison to determine whether settlements have occurred as a result of construction activities, and to provide warning of conditions that may require remedial or precautionary measures. B. Settlement monitoring shall be performed on all buildings within 50 feet of sheet pile installation and ramp construction. Settlement monitoring points shall be installed on the face of the building closest to the work and shall be located along the face of the building at a maximum spacing of 30 feet on center. C. The Contractor shall develop a Settlement Monitoring Plan and submit the monitoring plan for approval. At a minimum, the Settlement Monitoring Plan shall include: 1. The proposed type(s) of instruments to be used. 2. The proposed instrument locations in plan and elevation. Sketches or drawings shall be provided showing the locations in plan. 3. Detailed step-by-step installation procedures, including post- installation acceptance tests, and sample installation record sheets. 4. The installation schedule. 5. The monitoring schedule. D. The Contractor shall: 1. Furnish components of instrumentation to be installed during construction. 2. Install instruments. 3. Protect and maintain all instruments. Repair or replace damaged or inoperative instruments. 4. Collect, reduce, plot, and report data. 5. Interpret data. 6. Implement response actions based on interpretations of monitoring program data. Response actions shall consist of modifications to means and methods as needed to reduce vibrations and settlements. 7. Provide safe access to all of the instruments for the Engineer to perform confirmatory readings independent of the Contractor's monitoring program. Briscoe-Desimone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 8. Remove identified instruments at the end of construction and restore site of instrumentation installation. E. Maintain and protect all instruments. Repair or replace damaged instruments at no additional cost to the City. The Engineer will be the sole judge of whether repair or replacement is required. The Engineer may impose a work stoppage in the vicinity of the damaged instrument until it is again operational, at no additional cost to the City. F. Do not disclose instrumentation data to third parties and do not publish the data without the prior acceptance and written consent of the City. 3.2 SCHEDULING WORK A. Obtain formal initial readings for the newly installed DMPs within 45 days of the notice to proceed and at least 14 days before construction activities come to within 100 feet the instruments. 3.3 GENERAL INSTALLATION REQUIREMENTS A. Notify the Engineer at least 24 hours prior to installing each instrument. B. As each instrument is installed, prepare an installation record sheet including appropriate items from the following list: 1. Project name. 2. Contract name and number. 3. Instrument type and number. 4. Planned horizontal position and elevation. 5. Personnel responsible for installation. 6. Date and time of start and completion. 7. Measurements or readings taken during installation. 8. As-installed location in horizontal position and elevation. 9. Weather conditions at the time of installation. 10. Problems encountered, delays, unusual features of the installation and details of any events that may have a bearing on instrument behavior. 3.4 INSTALLATION OF DEFORMATION MONITORING POINTS A. Install the DMPs in accordance with the Contractor's approved Settlement Monitoring Plan. B. Where the DMP is to be installed in masonry construction, locate the DMP in the mortar between masonry units. C. Determine the as-installed location in horizontal position to an accuracy of +/- 0.03 foot and in elevation to an accuracy of +/- 0.01 foot. D. Obtain formal initial readings (FIRs) on all installed instruments for use as the baseline reference for the instrument. The FIR for a DMP will consist of the average of two survey measurements of elevation or horizontal offset with two independent set-ups. Where applicable, the initial readings shall be taken after allowing sufficient time for the grout or epoxy to set. Each reading other than the FIR shall consist of a single set of survey measurements. Reference all elevation readings to the same benchmark. Reading accuracy shall be +/-0.01 foot. Report elevations to the nearest 0.001 foot. Briscoe-Desi more Levee Reach 2 & 3/Langholz December 19, 2013 Project Number: 09-3010 3.5 DATA COLLECTION A. At a minimum, the monitoring schedule for each DMP shall include: 1. FIR 2. Monthly until construction begins within 100 feet of the DMP. 3. Perform one reading immediately prior to start of construction within 100 feet of the DMP. 4. After construction beings with 100 feet of the DMP, the reading frequency shall be as follows: a. Twice daily (midway through the shift and end of shift) for points within 50 feet of sheet pile installation and once daily for points within 50 feet of ramp construction or levee fill placement. b. Daily for points greater than 50 feet but less than 100 feet of sheet pile installation, ramp construction, or levee fill placement. c. Monthly for points more than 100 feet from sheet pile installation, ramp construction, or levee fill placement. 5. If readings exceed the threshold values provided in this Section, readings shall be taken at least twice daily until the readings have stabilized to the satisfaction of the Engineer. 6. Final readings for an instrument shall not be taken until all construction within 200 feet of the instrument has been completed for at least 30 days. B. Maintain safe access to the instrumentation at all times. C. Immediately after taking a reading, compare it with the previous reading of that instrument. If a significant change has occurred, take a second reading for verification. D. Record data on field data records including at least the following: 1. Project name. 2. Contract name and number. 3. Instrument type. 4. Date and time. 5. Observer. 6. Instrument number. 7. Readings. 8. Remarks. 9. Visual observations including instrument condition or damage. E. Other data including weather, temperature, and construction activities. F. Documentation of any instruments replaced or repaired. 3.5 DATA PROCESSING, PLOTTING AND REPORTING A. Provide all data in the form of both daily hard copy data reports and electronic data and plot files no later than 4:00 p.m. P.S.T. on the day after the data are collected. B. If data indicates that a Response Value (Threshold or Limiting Value) has been exceeded, notify the Engineer immediately and initiate the response action(s). C. All plots shall conform to the following guidelines: Briscoe-Desimone Levee Reach 2 &3/1-angholz December 19, 2013 Project Number: 09-3010 11 I. Choose scales so that observations fill the space available, but do not use exaggerated scales that would magnify minor changes to make them appear alarmingly large. 2. Plots shall be slightly darker than the underlying grid, so that when copied both are visible but the plot stands out. Data points shall be visible. 3. Plot elevations and depths on the vertical axis. 4. Plots shall be self-explanatory. Show project name, contract name and number, the type of instrument, the instrument identification, the scale and units of measurement, and the time of measurement. 5. All instruments installed on the same building shall be included on the same plot. 6. Maintain consistency of scales so that plots can be compared. 7. Use symbols, distinguishable when copied in black and white, to distinguish between different instruments on the same plot. 8. Whenever possible, summary plots shall be on a single sheet of 8- 1/2-inch by 11-inch paper. D. Plots of DMPs shall show the change in vertical or horizontal displacement versus time. Identify the meaning of sign conventions (i.e., "-" indicates settlement, "+" indicates heave) on the plots. 3.7 INTERPRETATION AND IMPLEMENTATION OF DATA A. The Contractor shall make its own interpretation of the data, B. The Threshold Value and Limiting Value shall be defined collectively as Response Values. Response Values for DMPs on Buildings include: 1. Threshold Value - 0.3 inch vertical displacement 2. Limiting Value - 0.5 inch vertical displacement 3. Response Values are subject to adjustment by the Engineer as indicated by prevailing conditions or circumstances. C. If the Threshold Value is reached: 1. Immediately notify the Engineer. 2. Meet with the Engineer to discuss response action(s). 3. Provide the Engineer with an up-to-date report within 24 hours of obtaining a reading indicating that the Threshold Value has been reached. Include raw, reduced and plotted data for all instruments for which the Threshold Value has been reached, and for any other instruments requested by the Engineer. 4. Provide a daily report to the Engineer until all instrument readings fall below the specified Threshold values, or unless otherwise directed by the Engineer, D. The Engineer may require the Contractor to initiate one or more of the following response actions if the Threshold Value is reached: 1. Increase instrument monitoring frequencies. 2. Install and monitor additional instruments. 3. Modify construction procedures. E. If the Limiting Value is reached: 1. Immediately notify the Engineer. 2. Meet with the Engineer to discuss response action(s). 3. Implement the agreed-upon response actions. Briscoe-Desimone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 F. If a Limiting Value is reached, the Contractor may be directed to suspend j activities in the affected area with the exception of those actions necessary to avoid exceeding the Limiting Value. G. The Engineer may also interpret instrumentation data and make interpretations available to the Contractor. This does not relieve the Contractor from the requirement to make its own interpretation, notify the Engineer, and take steps to protect persons and property. Do not wait for, or rely on, receipt of the Engineer's interpretation to identify when Threshold or Limiting Values have been exceeded, or to begin preparations for response actions. 3.8 DISPOSITION OF INSTRUMENTS A. All instruments shall be removed and the instrumentation location shall be restored and repaired within 60 days of completing final readings as specified herein. END OF SECTION I Briscoe-Desimone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 SECTION 02150 SHEET PILE INSTALLATION TEST PROGRAM I PART 1 GENERAL 1.0 SUMMARY A. The work of this Section includes, but is not limited to, providing all labor, materials, tools, equipment, and incidentals necessary for performing a sheet pile installation test program, in accordance with the Contract Documents. B. The work of this section includes, but is not limited to, the following activities: 1. Preparing a Sheet Pile Installation Test Program Plan 2. Installing seismographs and settlement monitoring points 3. Surveying the as-installed locations of the sheet piles, seismographs, and settlement monitoring points 4. Surveying the settlement monitoring points before, during, and after installing the test piles 5. Monitoring seismographs during installation of the test piles 6. Removing instrumentation 7. Preparing a Sheet Pile Installation Test Summary Report 1.2 SUBMITTALS A. Within 21 days after the Notice to Proceed, submit a Sheet Pile Installation Test Program Plan as specified herein for approval by the Engineer. At a minimum, the plan shall include: 1. The location of the proposed sheet pile test line, and the proposed sheet pile pair identification system. 2. Details of the equipment and procedures to be used for sheet pile installation. 3. The type of settlement monitoring points to be used and installation details. 4. Seismograph model and installation details. 5. Plan showing the proposed location of the sheet pile test line, proposed locations of the settlement monitoring points, and proposed locations of the seismographs. 6. The test program schedule. 7. Proposed format for tabulating and plotting settlement monitoring point survey data. At a minimum, data plots shall include (1) a summary plot of all monitoring points showing elevation on the vertical axis versus distance from the line of the sheet piles on the horizontal axis and (2) plots for individual monitoring points showing elevation on the vertical axis versus time on the horizontal axis. B. Within 5 days of installing the last sheet pile in the proposed test line submit a Sheet Pile Installation Test Summary Report. The report shall include: 1. Installation details for settlement monitoring points and seismographs. Include a description of the settlement monitoring Briscoe-Desim one Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 point material and installation details. Include the seismograph model, serial numbers, and calibration certificates, and provide a sketch or photographs showing the method of anchoring the seismograph to the ground. 2. An AutoCAD drawing using CIVIL 3D 2013 or later showing the relative locations of the sheet piles installed, the settlement monitoring points, and the seismographs. The locations shown shall be based on survey of the locations to the nearest 0.1 foot. Provide the drawing both printed and electronically. 3. Raw and reduced data both printed and electronically. 4. Plots of data both printed and electronically. 5. Details of the sheet pile installation including specifications and applicable catalog cuts for the vibratory hammer. 6. Description of test program. At a minimum, the description shall include: • Details of pile installation equipment and key operating parameters. • Sequence of sheet pile installation. Include the pile I.D., location, all start and stop times, and depth of pile at each sto P. • Sequence of data collection including the time data was collected. 1.3 QUALIFICATIONS A. Instrumentation Supervisor: The Instrumentation Supervisor shall be in charge of the instrumentation installation and monitoring program and full-time on site during the installation and monitoring. The Instrumentation Supervisor shall have at least 3 years of direct field experience in installation and monitoring of the instrument types specified herein. B. Chief Surveyor: The Chief Surveyor shall be a Registered Land Surveyor with a minimum of 3 years of experience in displacement measurements of the types and accuracies specified in accordance with this Section. C. Field Survey Party Chief: The Field Survey Party Chief shall have a minimum of one year of experience in displacement survey measurement of the types and accuracies specified herein in accordance with this Section. i PART 2 PRODUCTS j i 2.1 GENERAL A. Furnish all installation tools, materials, and miscellaneous instrumentation components. B. All measurements shall be in U.S. Customary Units, (for example U.S. Survey feet, hundredths of a foot, and pounds). C. The horizontal reference datum shall be NAD83/91. The vertical reference datum shall be NAVD88. Both the horizontal and vertical datums will be referenced to two or more City of Kent control points. 2.2 SETTLEMENT MONITORING POINTS I A. Settlement monitoring points shall consist of one of the following: Briscoe-Desimone Levee Reach 2 &3/Langhoiz December 19, 2013 Project Number: 09-3010 1. 30-inch-long, No. 8 rebar with an observable point, punch-marked on the top horizontal surface. 2. 30-inch-long, wooden stake. The cross section of the stake shall be approximately square with a minimum side dimension of 1.5- inches. The bottom of the stake shall be provided with a point, and a PK nail shall be installed in the top of the stake. The PK nail shall be installed after the stake is installed. 2.3 SEISMOGRAPH A. Provide seismographs in accordance with Section 01860, Construction Noise and Vibration Control. Seismographs shall be the same model to be used for vibration monitoring in accordance with Section 01860. B. Factory calibration: provide factory calibrations for each instrument. The seismograph shall have been calibrated within the last 12 months. PART 3 EXECUTION 3.1 TEST PROGRAM REQUIREMENTS A. Sheet pile installation test program shall include instrumentation, installation, and monitoring for a line of sheet piles installed for the floodwall. Test pile installation details shall include: 1. The line of test piles shall be selected prior to the start of construction and shall be identified in the Sheet Pile Installation Test Program Plan, 2. The line of test sheet piles shall be production sheet piles as shown on the drawings and shall be incorporated into the final work. The line of test sheet piles shall be within the first 200 feet of production sheet piles installed under this contract. 3. The line of test piles shall be at least 50 feet long and located at least 50 feet away from the nearest building. 4. Sheet piles shall be installed using the proposed equipment and procedures to be used for sheet pile installation near the existing buildings. 5. The Contractor shall develop a numbering system to identify individual sheet pile pairs in the test line. The identification system shall be described in the Sheet Pile Installation Test Program Plan. 6. The horizontal location of the sheet pile test line shall be surveyed after installation. At a minimum, the beginning, midpoint, and end of the test line shall be surveyed. 7. Settlement monitoring points shall be installed to monitor ground settlement near the sheet pile test line and shall meet the following requirements: a. A line of settlement monitoring points shall be installed perpendicular to the midpoint of the line of test sheet piles. Settlement monitoring points should be installed at about 5 foot spacing along a line and should extend at least 30 feet from the sheet piles. b. Rebar or wooden stakes used for settlement monitoring should be driven into undisturbed soil to a depth of at least 24 inches. C. Settlement monitoring points shall be installed and the horizontal location and elevation of the settlement monitoring points shall be surveyed prior to installing sheet piles within Briscoe-Desimone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 100 feet of the settlement monitoring points. Upon installation the elevation of the survey points shall be computed as the average of two survey measurements obtained with independent set-ups. d. The elevation of the settlement monitoring points shall be resurveyed immediately prior to the start of driving the line of test piles. The elevation of the survey points shall also be measured twice using independent survey set-ups and averaged. B. Seismographs shall be installed to monitor ground vibrations during driving of the test line and shall meet the following requirements: 1. A line of seismographs shall be installed perpendicular to the sheet piles, along the same line as the settlement monitoring points. The line of seismographs should contain at least 3 seismographs spaced on about 10 foot centers from the sheet piles. 2. The seismographs shall be installed prior to driving the first sheet pile in the sheet pile test line. 3. The seismographs shall be firmly set in undisturbed soil. Provide sandbags or other anchorage as required to ensure that the seismograph is fully anchored to the ground. 4. The seismograph batteries shall be fully charged prior to installation, and the seismographs shall be tested immediately prior to the start of the test pile installation to ensure they are functioning correctly. The seismographs shall be set to run continuously while each sheet pile in the test line is installed, including during hammer startup and shutdown. C. All horizontal survey shall be performed to the nearest 0.1 foot and all vertical survey shall be performed to the nearest 0.01 foot. 3.2 SHEET PILE INSTALLATION AND MONITORING A. Sheet piles in the test line shall be installed using the same equipment, procedures, and driving pattern to be used for installing sheet piles near existing buildings. The contractor shall keep accurate records of all start and stop times for each sheet pile pair in the test line. If driving is stopped for any reason before a sheet pile pair reaches its target depth, the contractor shall record the pile embedment at which the pile was stopped. B. If unusual driving conditions or obstructions are encountered, the contractor shall document the time unusual conditions or obstructions were encountered, the duration of unusual driving conditions or time spent passing the obstruction, and the sheet pile pair(s) where the unusual driving conditions or obstruction were encountered. C. Vibrations shall be monitored continuously during sheet pile driving including hammer startup and shutdown. At a minimum, the Contractor shall review the vibration data after 25%, 50%, and 75% of the test line wall area (includes partially and fully installed sheet piles) has been installed and shall adjust the installation procedures and equipment as required to minimize ground vibrations and not exceed the limits specified for buildings. D. At a minimum, the elevation of all settlement monitoring points shall be surveyed after 25%, 50%, and 75% of the test line wall area (includes partially and fully installed sheet piles) has been installed. If sheet pile Briscoe-Desimone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 installation is to be stopped for more than two hours, the Contractor shall survey all of the settlement monitoring points and shall record the sheet pile embedment depth before sheet pile installation resumes. E. Final elevation survey of all settlement monitoring points shall be performed after all sheet piles within 50 feet of the line of settlement monitoring points have been installed, 3.3 SCHEDULING WORK A. Notify the Engineer a minimum of 48 hours prior to installing settlement monitoring points. B. Notify the Engineer a minimum of 48 hours prior to starting the sheet pile installation test program. 3.4 DISPOSITION OF INSTRUMENTS A. All settlement monitoring points shall be removed and disposed of within 15 days of completing final readings as specified herein. END OF SECTION I, I Briscoe-Desimone Levee Reach 2 &3/Langholz December 19, 2013 Project Number: 09-3010 PERMITS 1. Hydraulic Project Approval (HPA) 2. Shoreline Conditional Use Permit and Substantial Development Permit 3. King County Special Use Permit 4. Stormwater Pollution Prevention Plan (SWPPP) (D.O.E.) Briscoe-Des imone Levee Reach 2 &3/Langholz A - 5 December 19, 2013 j Project Number: 09-3010 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021-See appeal process at end of HPA Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date: November 04, 2013 Control Number: 130348-1 Project Expiration Date: November 03, 2018 FPA/Public Notice#: N/A PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of Kent Public Works Department ATTENTION: Ken Langholz 220 4th Ave S Kent, WA 98032 253-856-5516 Fax: 253-856-6500 Project Name: Briscoe-Desimone Levee Improvement Project Description: Construct 4,450 linear feet of sheet pile flood wall on four reaches along the eastern side of the Green River, between S. 200th St and S. 180th St. PROVISIONS 1. The project may begin immediately and shall be completed by November 3, 2018, provided grading of the riverbank shall occur only between June 1 and September 30. 2. Work shall be accomplished per plans and specifications approved by the Washington Department of Fish and Wildlife (WDFW) entitled, "BRISCOE-DESIMONE LEVEE IMPROVEMENTS REACH 1 RIVER MILE 14.47-14.64", and labelled "PRELIMINARY 10-17-13"; "BRISCOE-DESIMONE LEVEE IMPROVEMENTS REACH 2 RIVER MILE 15.44-15.57 REACH 3 RIVER MILE 15.98-16.36", and labelled "PRELIMINARY 10-18-13", "BRISCOE-DESIMONE LEVEE IMPROVEMENTS REACH 4 RIVER MILE 16.91-16.99", and labelled "PRELIMINARY 8-30 -13", except as modified by this Hydraulic Project Approval (HPA). 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 richacbr@dfw.wa.gov) shall receive e-mail notification from the person to whom this 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. The floodwalls shall be constructed in a manner that does not impede deliver of groundwater inputs to the Green River. 6. Disturbance of the riverbanks and riparian vegetation associated with the river shall be limited to that necessary to perform the project. Resloping and revegetation of the riverbank is required to mitigate for the impacts of the project on river hydraulics and existing riparian vegetation. Prior to December 31 of the year of project grading, the mitigation plantings shall be installed as detailed in the approved plans (Provision 2). These 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 Page 1 of 5 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021-See appeal process at end of HPA Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date: November 04, 2013 Control Number: 130348-1 Project Expiration Date: November 03,2018 FPA/Public Notice#: N/A species approved by the AHB and shall not be trimmed or removed without prior written approval of the AHB or his successor for the life of the levee. View corridors shall not exceed 10 percent of the linear length of the planted levee length. 7. Equipment 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, tracks, etc.) and undercarriage of equipment prior to its working within the floodplain of the river. Equipment shall be checked daily for leaks and any necessary repairs shall be completed prior to commencing work activities along the river and wetlands associated with the river. 8. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or water quality problems develop (including equipment leaks or spills), immediate notification shall be made to the Washington Emergency Management Division at 1-800-258-5990, and to the AHB. 9. Erosion control methods shall be used to prevent silt-laden water from entering the river and wetlands associated with the river. These may include, but are not limited to, straw bales, filter fabric, temporary sediment ponds, check dams of pea gravel-filled burlap bags or other material, and/or immediate mulching of exposed areas. 10. Prior to starting work, the selected erosion control methods (Provision 9) shall be installed. Accumulated sediments shall be removed during the project and prior to removing the erosion control methods after completion of work. 11. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be deposited above the limits of floodwater in an approved upland disposal site. 12. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sediments, sediment-laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the river or wetlands associated with the river. PROJECT LOCATIONS Location #1 Reach 1 RM 14.47 to 14.64 WORK START: November 04, 2013 WORK END: November 03, 2018 WRIA: Waterbody: Tributary to: 09.0001 �Duwamish River/Green River Elliott Bay 1/4 SEC: Section: Township: �ge: e: Longitude: County: NW 1/4 36 23 N .43924 W 122.24554 King Location#1 Driving Directions The project area, located between S. 200th Street and S. 180th Street, can be accessed from a city parking lot located at S. 190th Street and 62nd Ave. S., near the middle of the project area. The lot can also be accessed by turning north onto 62nd Ave. S.from S. 196th Street.A ramp from this lot leads to the top of the levee at Reach 3, near RM 16.17. From West Valley Highway in Kent,turn west onto 190th Street and follow to the end of the road Page 2 of 5 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound ORDepadment of 16018 Mill Creek Boulevard FISH and RCW 77.55.021-See appeal process at end of HPA Mill Creek,WA 98012-1296 "t WILDLIFE (425)775-1311 Issue Date: November 04,2013 Control Number: 130348-1 Project Expiration Date: November 03,2018 FPA/Public Notice#: N/A where the city lot is located. See attached location map. Location #2 Reach 2 - RM 15.44 to 15.57 WORK START: November 04, 2013 IWORK END: November 03, 2018 WRIA: Waterbody: Tributary to: 09.0001 �Duwamlslh River/Green River Elliott Bay 114 SEC: Section: Township: Range: Latitude: Longitude: County: S 1/2 35 23 N 04 E N 47.439129 W 122.248837 King Location#2 Driving Directlons The project area, located between S. 200th Street and S. 180th Street, can be accessed from a city parking lot located at S. 190th Street and 62nd Ave. S., near the middle of the project area. The lot can also be accessed by turning north onto 62nd Ave. S.from S. 196th Street.A ramp from this lot leads to the top of the levee at Reach 3, near RM 16,17. From West Valley Highway in Kent,turn west onto 190th Street and follow to the end of the road where the city lot is located. See attached location map. Location #3 Reach 3 -RM 15.98 to 16.36 WORK START: November 04, 2013 IWORK END: November 03, 2018 WRIA: Waterbody: Tributary to: 09.0001 Duwamish River/Green River Elliott Bay 114 SEC: Section: Township: Range: Latitude: Longitude: County: NE 1/4 02 22 N 04 E N 47.432561 W 122.260611 1 King Location#3 Driving Directions The project area, located between S. 200th Street and S. 180th Street, can be accessed from a city parking lot located at S. 190th Street and 62nd Ave. S., near the middle of the project area.The lot can also be accessed by turning north onto 62nd Ave. S.from S. 196th Street.A ramp from this lot leads to the top of the levee at Reach 3, near RM 16,17. From West Valley Highway in Kent, turn west onto 1901h Street and follow to the end of the road where the city lot is located. See attached location map. Location #4 Reach 4 - RM 16.91 to 16.99 WORK START: November 04, 2013 IORK END: November 03, 2018 WRIA: Waterbody: Tributary to: 09.0001 Duwamish River/Green River Elliott Bay 1/4 SEC: Section: Township: Range: Latitude: Longitude: County: NW 1/4 02 22 N 04 E N 47.423635 W 122.265273 1 King Location#4 Driving Directions The project area, located between S.200th Street and S. 180th Street, can be accessed from a city parking lot located at S. 190th Street and 62nd Ave. S., near the middle of the project area.The lot can also be accessed by turning north onto 62nd Ave. S.from S. 196th Street.A ramp from this lot leads to the top of the levee at Reach 3, near RM 16.17. From West Valley Highway in Kent, turn west onto 190th Street and follow to the end of the road where the city lot is located.See attached location map. Page 3 of 5 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021 -See appeal process at end of HPA Mill Creek,WA 9 801 2-1 2 96 WILDLIFE (425)775-1311 i Issue Date: November 04, 2013 Control Number: 130348-1 Project Expiration Date: November 03,2018 FPA/Public Notice#: N/A APPLY TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code, specifically Chapter 77.55 RCW(formerly RCW 77.20). Additional authorization from other public agencies may be necessary for this project. The person(s)to whom this Hydraulic Project Approval is issued is responsible for applying for and obtaining any additional authorization from other public agencies(local, state and/or federal)that may be necessary for this project. This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the person(s)to whom this Hydraulic Project Approval is issued and operator(s) performing the work. This Hydraulic Project Approval does not authorize trespass. The person(s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work may be held liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this Hydraulic Project Approval. Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day and/or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment, All Hydraulic Project Approvals issued under RCW 77.55.021 are subject to additional restrictions, conditions, or revocation if the Department of Fish and Wildlife determines that changed conditions require such action. The person(s)to whom this Hydraulic Project Approval is issued has the right to appeal those decisions. Procedures for filing appeals are listed below. MINOR MODIFICATIONS TO THIS HPA: You may request approval of minor modifications to the required work timing or to the plans and specifications approved in this HPA.A minor modification to the required work timing means up to a one-week deviation from the timing window in the HPA when there are no spawning or incubating fish present within the vicinity of the project.You may request subsequent minor modifications to the required work timing.A minor modification of the plans and specifications means any changes in the materials,characteristics or construction of your project that does not alter the project's impact to fish life or habitat and does not require a change in the provisions of the HPA to mitigate the impacts of the modification. Minor modifications do not require you to pay additional application fees or be issued a new HPA. To request a minor modification to your HPA, submit a written request that clearly indicates you are requesting a minor modification to an existing HPA. Include the HPA number and a description of the requested change and send by mail to: Washington Department of Fish and Wildlife, PO Box 43234, Olympia, Washington 98504-3234, or by email to HPAapplications@dfw.wa.gov. Do not include payment with your request. You should allow up to 45 days for the department to process your request. i MAJOR MODIFICATIONS TO THIS HPA:You may request approval of major modifications to any aspect of your HPA. Any approved change other than a minor modification to your HPA will require issuance of a new HPA. If you paid an application fee for your original HPA you must include payment of$150 with your written request or request billing to an account previously established with the department. If you did not pay an application fee for the original HPA, no fee is required for a change to it. To request a major modification to your HPA, submit a written request that clearly indicates you are requesting a major modification to an existing HPA. Include the HPA number, check number or billing account number, and a description of the requested change. Send your written request and payment, if applicable, by mail to: Washington Department of Fish and Wildlife, PO Box 43234, Olympia,Washington 98504-3234. If you are charging the fee to a billing account number or you are not subject to the fee, you may email your request to HPAapplications@dfw.wa.gov.You should allow up to 45 days for the department to process your request. Page 4 of 5 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021 -See appeal process at end of HPA Mill Creek,WA 98012-1296 Y WILDLIFE (425)775-1311 Issue Date: November 04, 2013 Control Number: 130348-1 Project Expiration Date: November 03, 2018 FPAIPublic Notice#: NIA 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 not 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 77.55 RCW. Please refer to that rule for complete informal appeal procedures. The following information summarizes 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 98501-1091; e-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, Fifth floor. WDFW must receive your request within 30 days from the date you receive notice of the decision. If you agree,and you applied for the HPA, resolution of the 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 informal conference, or you are not the person who applied for the HPA,the HPA Appeals Coordinator or designee will conduct an informal hearing and recommend a decision 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 WDFW 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, denial, 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 date you receive notice of the decision. You may serve WDFW by mail to the Washington Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia,Washington 98501-1091;e-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, Fifth floor.The time 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. 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 unappealable. ENFORCEMENT: Sergeant Chandler (34) P1 Habitat Biologist , for Director Larry Fisher 425-313-5683 ` — WDFW CC: Page 5 of 5 LAND USE HEARING EXAMINER Kimberly A. Allen Z*0>01 Hearing Examiner KEN T CITY OF KENT WAP HINGTON In the Matter of the Application of ) No. SMC-2013-1 KIVA #RPP3-2130618 Kent Public Works Department ) Briscoe-Desimone Levee Improvements For a Shoreline Conditional ) FINDINGS, CONCLUSIONS, Use Permit ) AND DECISION SUMMARY OF DECISION The Hearing Examiner APPROVES the request for a Shoreline Conditional Use Permit to install a structural steel sheet pile wall at the back of the existing levee slope, to act as a secondary levee, in three segments along the east bank of the Green River between South 200th Street and South 189th Street in Kent, Washington, Conditions are required to mitigate specific impacts of the proposed development. i SUMMARY OF RECORD Hearing Date: The Hearing Examiner held an open record hearing on the request on April 24, 2013. Testimony: The following individuals presented testimony under oath at the open record hearing: Erin George, City Senior Planner Ken Langholz, City Engineering Supervisor, Design Section — Public Works Melvin Roberts John Neller Exhibits: The following exhibits were admitted into the record: 1. Staff Report and Distribution, dated April 17, 2013 2. Shoreline Permit Application, dated February 22, 2013 Findings, Conclusions, and Decision City of Kent Hearing Examiner Briscoe-Desimone Levee Improvements - SCUP No. SMC-2013-1/KIVA #RPP3-2130618 Page 1 of 15 3. Notice of Public Hearing with Distribution List, AD Copy with confirmation from Kent Reporter, dated April 12, 2013 4. Notice of Application and Proposed Determination of Non-significance with Distribution List, AD copy, and confirmation from the Kent Reporter, dated March 1, 2013 5. Vicinity Map (1 Sheet), dated February 22, 2013 6. Project Site Plan/Location Map (1 Sheet), dated February 22, 2013 7. Project Plans (27 sheets), dated February 22, 2013 8. Tree Survey (8 sheets), dated February 22, 2013 9. Revised Cross Section to address Muckleshoot Concerns, dated April 3, 2013 10. Revised Landscape Plan to address Parks Department Concerns (3 sheets), dated April 3, 2013 11, Green River Trail Drawing, dated April 3, 2013 12. Public Access Map, undated 13. SEPA Environmental Checklist ENV-2013-3/2130616, dated April 9, 2013 14. Environmental Review Report/Decision Document ENV-2013-3/RPSW- 2130616, dated April 9, 2013 15. City of Kent Mitigated Determination of Non-Significance & Distribution of SEPA materials (ENV-2013-3/RPSW-2130616), dated April 9, 2013 16. Biological Assessment for Green River Levee Improvements , River Mile 14.25 to River Mile 22.00, prepared by Shannon & Wilson, Inc., dated October 3, 2011 17. Addendum to Biological Assessment, Green River Levee Improvements Project, River Mile 14.25 to River Mile 22.0, prepared by Shannon & Wilson, Inc., dated February 20, 2013 18. Cultural Resources Assessment for the Briscoe-Desimone Levee, City of Kent Green River Levees Improvement Project, prepared by Historical Research Associates, Inc., dated March 18, 2013 19. Comment Letter received from Joan Nolan with Washington State Department of Ecology (DOE), dated April 1, 2013 20. Staff Response from Ken Langholz with Public Works Department to Joan Nolan, dated April 5, 2013 21. Comment Letter received from Karen Walter, with Muckleshoot Indian Tribe Fisheries Division, dated April 1, 2013 22. Staff Response from Ken Langholz with Public Works Dept to Karen Walter, dated April 5, 2013 23. Email Comment received from John Neller, dated March 23, 2013 24. Staff Response (email) from Planner Erin George with Economic & Community Development to John Neller, dated March 25, 2013 25. Email Comment received from Larry Fisher, Washington Department of Fish & Wildlife, dated March 7, 2013 26. Briscoe - Desimone Levee Improvements Parking Lot Plan and Profile, received April 24, 2013 Findings, Conclusions, and Decision City of Kent Hearing Examiner Briscoe-Desimone Levee Improvements - SCUP No. SMC-2013-1/KIVA #RPP3-2130618 Page 2 of 15 27, Memorandum from Ken Langholz re: Briscoe-Desimone Levee Improvement Project Response to Kent Bicycle Advisory Board Comment Letter, dated April 24, 2013 28. Comments by the Kent Bicycle Advisory Board (KBAB) on Green River Trail Levee Improvements from S 1801h St to S 1961h St, received April 24, 2013 The Hearing Examiner enters the following Findings and Conclusions based upon the testimony and exhibits admitted at the open record hearing: FINDINGS Application and Public Notice 1. Ken Langholz, for the City Public Works Department (Applicant), requests a Shoreline Conditional Use Permit (SCUP) to install a structural steel sheet pile wall at the back of the existing levee slope, to act as a secondary levee, in three segments along the east bank of the Green River between South 200th Street and South 189th Street in Kent, Washington.' The SCUP request is part of a project to install a flood wall to act as a secondary levee to reduce flood risk to the cities of Kent, Tukwila, and Renton (Briscoe-Desimone Levee Improvements Project). The flood wall is to be constructed in four segments, or reaches, along the east bank of the Green River. The northernmost segment, Reach 1, and a small portion of Reach 2 are located in Tukwila (Desimone). Separate shoreline permit requests will be submitted to the City of Tukwila for the portions of the project located in Tukwila. Reach 3, Reach 4, and a portion of Reach 2 is located in Kent (Briscoe). Exhibit 1, Staff Report, pages 1 to 3; Exhibit 2; Exhibit 3; Exhibit 4; Exhibit 14. 2. The City of Kent (City) determined the application was complete on February 22, 2013. The City posted notice of the application on the property on February 28, 2013. On March 1, 2013, the City published notice in the Kent Reporter and mailed notice to the Applicant, Applicant representative, interested parties, agencies, and owners of property within 300 feet of the property. On April 12, 2013, the City posted notice of the open record hearing associated with the application on the property, published notice in the Kent Reporter, and mailed notice to the Applicant, Applicant representative, interested parties, agencies, and owners of property within 300 feet of the subject property. Exhibit 1, Staff Report, page 6; Exhibit 4; Exhibit 3. The City of Kent (City) Shoreline Permit Application identifies the property as King County Parcel Nos. 02204-9047, 000020-0043, and 788880-0111. Exhibit 2. The City Mitigated Determination of Nonsignificance states the Kent portion of the project is identified as King County Parcel Nos. 0222049047, 0000200044, 0000200043, 7888800090, 7888800111, 7888800140, 7888800155, and 7888800210. Exhibit 15. Findings, Conclusions, and Decision City of Kent Nearing Examiner Briscoe-Desimone Levee Improvements - SCUP No. SMC-2013-1 /KIVA #RPP3-2130618 Page 3 of 15 State Environmental Policy Act (SEPA) 3. The City acted as lead agency and analyzed the environmental impact of the entire Briscoe-Des imone Levee Improvements Project. The City determined that, with two conditions, the project would not have a probable significant adverse impact on the environment and issued a Mitigated Determination of Nonsignificance (MDNS) on April 9, 2013.2 The two MDNS conditions require the Applicant to evaluate the impacts to shallow groundwater movement through the flood wall and implement appropriate mitigation measures, should groundwater impacts be identified, and to finish the flood wall on the landward and waterward sides with aesthetic elements to enhance appearance and promote compatibility with surrounding uses. Measures to mitigate groundwater impacts could include, but are not limited to, staggering the lengths of the sheet piles to allow flow through or provide openings in the sheet piles to allow for groundwater movement through the wall. Erin George, City Senior Planner, testified that the MDNS was not appealed. Ms. George added that the project is at approximately 35 percent design now, and that the need for and design of groundwater mitigation would be worked out when the project is at an 80 to 100 percent design stage. The MDNS was not appealed. Exhibit 1, Staff Report, page 19; Exhibit 15; Testimony of Ms. George. Comprehensive Plan and Zoning 4. The City Comprehensive Plan designates the property Industrial (I) and Open Space (OS). Kent Comprehensive Plan (Comprehensive Plan), Land Use Map, Figure 4.7 (revised May 4, 2006 Ord. No. 3794). Part of the Green River Trail (Trail) is located within the property designated OS. Exhibit 1, Staff Report, page 4. The "I" designation is an area for manufacturing and warehouse uses, with office and business park development, certain types of retail supporting manufacturing and office park uses, and bulk retail. Comprehensive Plan, Land Use Element, page 4-56. The "OS" designation represents publicly owned land that is a large active park, undeveloped, or developed for passive recreation open space land that may have environmental sensitivity. Comprehensive Plan, Land Use Element, page 4- 57. Z The City considered the comments from the Washington State Department of Ecology (DOE), dated April 1, 2013, and the Muckleshoot Indian Tribe Fisheries Division, dated April 1, 2013, in response to the Notice of Application and SEPA Environmental Checklist, and responded in letters dated April 4, 2013, and April 5, 2013, respectively. Erin George, City Senior Planner, testified that a wider vegetated buffer than proposed would not be possible without City acquisition of existing warehouse buildings along the river front at a cost of approximately $920 million. Ms. George testified that the City cannot afford that additional cost at this time. Exhibit 19; Exhibit 20; Exhibit 21; Exhibit 22; Testimony of Ms. George. Findings, Conclusions, and Decision City of Kent Hearing Examiner Briscoe-Desimone Levee Improvements - SCUP No. SMC-2013-1/KIVA #RPP3-2130618 Page 4 of 15 5. Comprehensive Plan Shoreline Element goals and policies3 are relevant to the proposal. Shoreline Element goals and policies call for: avoiding, or if not possible, minimizing, all significant adverse shoreline impacts; regulating development on shorelines within Shoreline Management Act (SMA) jurisdiction; using fish-friendly structures where structures are rebuilt, with levees and revetments set back to the maximum extent possible; and providing public pedestrian shoreline access for public safety, comfort, and minimal private property and individual privacy impacts. Shoreline Element goals and policies also call for enhancing and preserving public shoreline upland area views; maintaining and enhancing City parks, trails, and public access facilities adjacent to shorelines; enhancing vegetation within City shoreline areas; removing invasive or noxious weeds; avoiding significant ecological impacts that alter water quality, quantity, or hydrology; designing dikes and levees as part of a comprehensive flood hazard reduction program with environmental enhancement measures; maintaining, restoring, or enhancing watershed processes, and fish and wildlife habitat; contributing to Chinook salmon and other anadromous fish conservation and recovery; and improving the health of the Green River and its tributary streams. j Comprehensive Plan, Shoreline Element, City Shoreline Master Program (SMP) September 2009, pages 30 to 32, 36, 37, 43, 47, 70, 133, and 135. 6. The property is located in the City's M1 (Industrial Park) and M2 (Limited Industrial) zoning districts. The purpose of the M1 district is to provide an environment exclusively for and conducive to the development and protection of a broad range of industrial, office, and business park activities, as designated in the Comprehensive Plan. The district is intended to provide areas for those that desire to conduct business and industrial activities in a location with an atmosphere of prestige, in which environmental activities are protected through a high level of development standards, and to allow certain limited commercial land uses that provide necessary personal and business services for the general industrial area. Kent City Code (KCC) 15.03.010. The purpose of the M2 district is to provide areas suitable for a broad range of industrial and warehouse/distribution activities. Non- industrial uses, particularly office and retail, are restricted in accord with the manufacturing/industrial center designation in the Comprehensive Plan. KCC 15.03.010. Exhibit 1, Staff Report, page 4. 7. Property in the area of the project is currently used as a levee and Green River Trail, with existing trees and shrubs. The existing levee berm slopes from 50 to 80 percent grade. Two public-access points are located on the ' As part of the comprehensive update of the Kent Shoreline Master Program (KSMP) in September 2009, Ordinance No. 3931 replaced Appendix C"1999 Kent Shoreline Master Program - Goals and Policies"with "Chapter 13, Shoreline Element" in the City's Comprehensive Plan, The Shoreline Element includes the goals and policies of the September 2009 SMP. Exhibit 1, Staff Report, page 9. Findings, Conclusions, and Decision City of Kent Hearing Examiner Briscoe-Desimone Levee Improvements - SCUP No. SMC-2013-1 /KIVA #RPP3-2130618 Page 5 of 15 east bank of the Green River north of Reach 2; four are located south of Briscoe Park, within Reach 3; one is located south of Reach 3 and north of Reach 4 along the east bank of the Green River; and one is located within Reach 4 at approximately South 200 St. The project area is flat except for the existing levee berm. Property surrounding the project area is developed with office park uses, including warehouses, manufacturing, and light industrial uses, with surrounding parking. Exhibit 1, Staff Report, page 4; Exhibit 7; Exhibit 8; Exhibit 12. 8. Briscoe Park is located between Reach 2 and Reach 3 on the east bank of the Green River. Briscoe Park is located in the river bend, northwest of South 190th Street, and contains trails, a portable restroom, and a picnic shelter. No levee work is proposed for Briscoe Park. Exhibit 1, Staff Report, page 5; Exhibit 7; Exhibit 12. Shoreline Management Act (SMA) 9. The State Shoreline Management Act (SMA) and the Kent Shoreline Master Program (KSMP) regulate activity within 200 feet of the ordinary high-water mark (OHWM) of shorelines of the state. RCW 90.58.030(2)(c); RCW 90.58.030(2)(f); RCW 90.58.040. The proposed Briscoe levee improvements would be located within 200 feet of the Green River, a shoreline of the state under Section 173-18-350 of the Washington Administrative Code (WAC) and a Shoreline of Statewide Significance under RCW 90.58.030(2)(e)(v). Any substantial development within the shoreline requires approval of a shoreline substantial development permit (SSDP). Substantial development is any development in which the total cost or fair market value exceeds $5,718.00, or any development that materially interferes with the normal public use of the water or shorelines of the state. RCW 90.58.030(3) (e). Exhibit 1, Staff Report, page 4; Exhibit 7. 10. One purpose of the SMA is to manage the shorelines of the state by planning and fostering reasonable and appropriate uses. The policy of the Act "contemplates protecting against adverse effects to the public health, the land and its vegetation and wildlife, and the waters of the state and their aquatic life." RCW 90.58.020. The Act mandates that local jurisdictions give preference to the following uses when developing shoreline master programs for shores of statewide significance: a. Recognize and protect the state-wide interest over local interest; b. Preserve the natural character of the shoreline; c. Result in 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 shorelines; Findings, Conclusions, and Decision City of Kent Hearing Examiner Briscoe-Desimone Levee Improvements - SCUP No. SMC-2013-1/KIVA #RPP3-2130618 Page 6 of 15 I f. Increase recreational opportunities for the public in the shoreline; g. Provide for any other element as defined in RCW 90.58.100 deemed appropriate or necessary. RCW 90.58.020. Elements a. - f. are the same polices adopted by the KSMP for review of decisions involving Shorelines of State-Wide Significance. Chapter 3.C.8 KSMP. 11. The KSMP establishes development policies and performance standards for major waterways and their shorelines extending 200 feet landward of the OHWM. The KSMP designates the project area as "High Intensity" except for the area where the Green River Trail is located, which is designated Urban Conservancy-Open Space. The purpose of the High Intensity environment is to provide for high-intensity, water-oriented commercial, transportation, and industrial uses while protecting existing ecological functions and restoring ecological functions in areas that have been previously degraded. A High Intensity designation is also used for appropriate lands that are either separated from the shoreline or are not suitable for water-oriented use. 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 2.0 KSMP, pages 12-18; Exhibit 1, Staff Report, page 4. 12, The KMSP policies for the High Intensity environment give first priority to water-dependent uses, and second priority to water-related and water- enjoyment uses. Non-water uses may be allowed on shorelands separated from the shoreline by other properties, such as the Green River Trail corridor, and where public access improvements or shoreline restoration is included as part of the development. The KSMP policies for the Urban Conservancy-Open Space environment include giving priority to water-oriented recreational uses implementing p g public access and public recreation objectives, and restoring ecological functions. Dikes and levees may be permitted within the High Intensity and Urban Conservancy-Open Space environment. Dikes and levees are authorized with a SCUP and must be consistent with the 2006 King County Flood Hazard Management Plan, as amended. Chapter 2.0 KSMP, pages 12-I8; chapter 4.B KSMP, page 50; chapter 4.C.7.c.6 KSMP, page 71. 13. The KSMP contains policies and regulations that apply to all uses in the shoreline, including Archaeological and Historic Resources (chapter 3.6.2 KSMP); Environmental Impacts (chapter 3.13.4 KSMP); Flood Hazard Reduction and River Corridor Management (chapter 3.B.5 KSMP); Public Access (chapter 3.13.7 KSMP); Shorelines of State-Wide Significance (chapter Findings, Conclusions, and Decision City of Kent Hearing Examiner Briscoe-Desimone Levee Improvements - SCUP No. SMC-2013-1 /KIVA #RPP3-2130618 Page 7 of 15 i 3.13.8 KSMP); Vegetation Conservation (chapter 3.13.11 KSMP); and Water Quality and Quantity (chapter 3.13,12 KSMP). The KSMP policies for dikes and levees require consistency with a comprehensive flood hazard reduction program and environmental enhancement. Regulations include compliance with the Washington State Department of Fish and Wildlife Hydraulic Project Approval (HPA), federal levee criteria, and the minimum height required to protect adjacent lands (chapter 4.C.7 KSMP). The KSMP also contains policies to encourage recreational development, and regulations to ensure ecological restoration and public access (chapter S.C.7 KSMP). KSMP (September 2009). Flood Control 14. The existing levee does not meet federal levee safety standards. The proposed flood wall would meet Federal Emergency Management Association (FEMA) accreditation standards. The wall would provide 500-year flood protection to properties behind the wall. When completed, properties behind the wall would no longer be located within the 100-year floodplain. Construction of the proposed flood wall is part of a larger effort by the City to obtain FEMA accreditation for the City levee system. The Applicant has submitted a completed Flood Zone Control Permit to the City, and would be required to comply with the City's flood hazard regulations set forth within chapter 14.09 KCC. The project is also designed to be consistent with the 2006 King County Flood Hazard Management Plan, including policies PROJ-1, PROJ-5, PROJ-6, and PROJ-8. Exhibit 1, Staff Report, pages 12, 18 to 19, and 22 to 23. Water Quality 15. The Applicant would prepare a site-specific temporary erosion and sediment control (TESC) plan and Stormwater Pollution Prevention Plan (SWPPP), which would include best management practices. No in-water or over-water construction would occur. The project would comply with the City Surface Water Design Manual and City Construction Standards. The Applicant would obtain a National Pollutant Discharge Elimination System (NPDES) Construction Stormwater General Permit. Runoff from the located, paved Trail would infiltrate on-site, similar to existing conditions, and would not significantly increase flow levels. Exhibit 1, Staff Report, pages 4 and 19; Exhibit 16. Archeological Resources 16. Historical Research Associates, Inc., prepared a Cultural Resources Assessment for the Briscoe-Desim one Levee, City of Kent Green River Levees Improvement Project, dated March 18, 2013, for the Applicant. The Assessment states there are no archaeological sites found or amended on the site, no human remains, no historic properties, and no traditional cultural Findings, Conclusions, and Decision City of Kent Hearing Examiner Briscoe-Desimone Levee Improvements - SCUP No. SMC-2013-1 /KIVA #RPP3-2130618 Page 8 of 15 I places (TCPs). The Applicant would stop construction should archaeological materials be discovered during project activities. Exhibit 18. Transportation and Public Access 17. The Green River Trail is used for biking and walking along the Green River. The portion of the Trail within the project area is 10 feet wide. Existing areas of trail located on top of the levee berm would be removed and a new, wider, paved trail would be constructed landward of its current location, adjacent to the new flood wall. During project construction, trail users would need to detour around the construction area. Trail users would be notified at least 2 weeks before construction closure. All public-access points would be maintained; stairways would be constructed where necessary. Hand rails would be placed on top of the new flood wall for pedestrian safety. There would be a maximum one-quarter mile distance between public access points. Exhibit 1, Staff Report, pages S and 12. 18. A parking lot serving Briscoe Park and the Green River Trail would be used as a construction staging area, and the lot would be closed during project construction. The parking lot is located south of Briscoe Park and adjacent to the S 190`h Street cul-de-sac bulb. According to the City Parks Department, the impact of the parking lot closure would be minor because Briscoe Park is primarily used by trail pedestrians and cyclists, not recreationists arriving by car, and there is adequate parking within the adjacent business park for the 8 to 10 vehicles used by business park employees that typically park in the lot each day. The level of the parking lot would be raised to match the level of the Trail to allow for trail and park access after new flood wall construction. Access would include ADA access and maintenance access. Exhibit 1, Staff Report, pages S and 21. 19. The new flood wall would appear 8 to 13 feet tall when viewed from adjacent businesses. The flood wall would extend approximately 3 feet above the surface of the relocated Trail, and the handrail would extend approximately 1.5 .feet from the top of the flood wall. Exhibit 1, Staff Report, page 21; Exhibit 7. 20. The Kent Bicycle Advisory Board (KBAB) submitted comments expressing concern about the impact of proposed levee improvements to the walking and bicycling public. The KBAB recommended keeping a generous number of access points to the Trail for pedestrians, bicyclists, emergency vehicles, and maintenance vehicles; an eight-foot radius on the inside of any corner for bicyclists at at-grade trail access points; a 12-foot-wide trail; ramps to roll a bicycle to and from the Trail; lighting over the parking lot and trail access point; identified and signed detour routes; and an open driveway on the north side of South 1961h Street as a detour until the south-side, Three Findings, Conclusions, and Decision City of Kent Hearing Examiner Briscoe-Desimone Levee Improvements - SCUP No. SMC-2013-1 /KIVA #RPP3-2130618 Page 9 of 15 i Friend Fishing Hole Road route is open. The KBAB listed recommendations for each access point, Access Points A through P. Exhibit 28. 21. Melvin Roberts, KBAB, testified that the Trail should be 12 to 14 feet wide to accommodate trail users. Mr. Roberts added that channels should be added where needed on access stairways to roll bicycles up from and down to the Trail. Testimony of Mr. Roberts. 22. The City responded to the KBAB comments in a memorandum dated April 24, 2013, that the proposed project design meets KBAB recommendations. The proposed radius would exceed 8 feet and the relocated Trail would range from 12 to 14 feet wide. The City would consider a ramp along stairways for bicycle loading. The Three Friends Fishing Hole Park Road would open in summer 2013, with construction on the north side of 200th Street beginning in October 2013. The 190th Street parking lot would be raised to provide ride-on bicycle access to the Trail. The City Parks Department does not recommend installing lighting because lighting a remote area would encourage un-sanctioned activity after dark. -The City notes that adjacent businesses would be empty in the evening, and surveillance opportunities would not exist. The memorandum listed detailed plans for each access point, Access Points A through P. Exhibit 27. 23. The west portion of the Stress-Tek parking lot and the south portion of the Rivers Edge Business Park may also be used as construction staging areas. Two of three Rivers Edge Business Park buildings are vacant and are owned by the King County Flood Control District. The City would work directly with the Stress-Tek owner and the owner of the remaining Rivers Edge Business Park business to minimize impact on business operation. A King County Special Use Permit may be required for staging use. Exhibit 1, Staff Report, pages 21 to 22. Landscaping and Habitat Improvements 24. The existing levee's steep walls are covered by invasive plants. A sloped floodplain bench would be constructed in the Briscoe project area in place of the existing levee. The bench would be constructed by excavating the existing levee slope, beginning at the OHWM and sloping upward to the new flood wall, with backfill placed against the wall. The sloped floodplain bench would be inundated for approximately 40 days during the primary juvenile salmonid outmigration period from January through June. The sloped floodplain bench would improve habitat over the current levee condition. Excavation of the proposed benches would also increase flood storage by approximately 40,000 cubic yards. Ms. George testified that the City would coordinate proposed construction with the Muckleshoot Indian Tribe to ensure tribal fishing rights are preserved. Ms. George added that the City will coordinate with owners of property adjacent to the proposed construction Findings, Conclusions, and Decision City of Kent Hearing Examiner Briscoe-Desimone Levee Improvements - SCUP No. SMC-2013-1/KIVA #RPP3-2130618 Page 10 of 15 when plans near the 100 percent design stage, and that City design and construction standards require clean fill be used for the project. Exhibit 1, Staff Report, page 18; Exhibit 9; Exhibit 10; Testimony of Ms. George. 25. Views of the river from adjacent businesses would be impacted by construction of the proposed flood wall. Landscaping would provide view corridors through the vegetation for trail users. All planting zones would be densely covered with shrubs for habitat, but low- and medium-density planting zones will contain trees spaced to provide sightlines. Trees removed as part of construction would be replaced by a greater number of native trees and shrubs, which would provide bird and mammal nesting, and rearing habitat. Trees and shrubs would be planted on the waterward side of the existing levee berm. As trees and shrubs grow, shade, woody debris, insect drop and leaf litter would increase to the benefit of fish in the river. The trees planted in this location would not be subject to diameter or height restrictions. Ms. George testified to correspondence with Larry Fisher, Washington Department of Fish and Wildlife (WDFW), that the proposed landscaping would improve habitat. Ms. George added that there is a minimum 1:1 tree removal and replacement ratio required. Exhibit 1, Staff Report, pages 12, 18, and 22; Exhibit 9; Exhibit 10; Exhibit 11; Testimony of Ms. George. 26. Ongoing City habitat improvement projects exist at Riverview Park, the Leber Property, and the Downey Farmstead. These projects will add over 3,000 linear feet of new channel and floodplain habitat in the Green River, particularly for salmon. Exhibit 1, Staff Report, page 23. Hearing Testimony and Comments 27. In an email dated March 23, 2013, John Neller expressed concern that a minimum two-week notice of trail closures be provided for trail users. Ms. George responded for the City that a proposed condition of approval would require at least two weeks' notice. Mr. Neller testified that he uses the Trail for bicycle commuting, and that providing notice more than two weeks in advance would provide helpful notice to bicycle commuters. Mr. Neller also requested that the City provide satisfactory detour routes to bicyclists during construction, where bicyclists would be comfortable riding and where traffic light operation is favorable to bicyclist road crossings. Exhibit 24; Testimony of Ms. George; Testimony of Mr. Neller. 28. Ken Langholz, City Public Works Department, testified that proposed improvements would be constructed over the course of one year and that the first construction would occur within Reach 3. Mr. Langholz testified that there is a public-access point at the levee within that reach and that the City would work with the necessary property owner to ensure a public-access Findings, Conclusions, and Decision City of Kent Nearing Examiner Briscoe-Desimone Levee Improvements - SCUP No. SMC-2013-1 /KIVA #RPP3-2130618 Page 11 of 15 point within Reach 2. Mr. Langholz added that he would speak with the City traffic department about traffic signal operation. Testimony of Mr. Langholz. 29. Ms. George testified that, with four proposed conditions of approval, proposed improvements meet SCUP review criteria, are consistent with the City Comprehensive Plan, and comply with the KSMP. Ms. George testified that City staff recommends approval of the SCUP request. Testimony of Ms. George. CONCLUSIONS Jurisdiction The Hearing Examiner has jurisdiction to hear and decide this application pursuant to authority granted by the legislature to the City in chapter 35A.63 of the Revised Code of Washington and authority granted by the City of Kent in chapter 2.32 of the Kent City Code (KCC). KCC 2,32.090.A.1.f. Criteria for Review The criteria for a shoreline conditional use permit are set forth in chapter 7.C. of the Kent Shoreline Master Program (September 2009). The Hearing Examiner may approve a shoreline conditional use permit if the proponent satisfies the following criteria set forth in WAC 173-27-160, as summarized: 1. The proposed use will be consistent with the policies of RCW 90,58,020 and the policies of the Kent Shoreline Master Program. 2. The proposed use will not interfere with the normal public use of public shorelines. 3. The proposed use of the site and design of the project will be compatible with other permitted uses within the area. 4. The proposed use will cause no unreasonable adverse effects to the shoreline environment designation in which it is to be located. 5. The public interest suffers no substantial detrimental effect. Consideration shall be given to the cumulative impacts of additional requests for like actions in the area. WAC 173-27-160; chapter 7.C KSMP. Special conditions may be necessary to prevent undesirable effects of the proposed use. Chapter 7.C.l.a. of the KSMP grants authority to the Hearing Examiner to attach such conditions to a shoreline conditional use permit. The criteria for review adopted by the Kent City Council are designed to implement the requirement of chapter 36.70E RCW to enact the Growth Management Act. In particular, RCW 36.705.040 mandates that local jurisdictions review proposed development to ensure consistency with City development regulations, considering Findings, Conclusions, and Decision City of Kent Hearing Examiner Briscoe-Desimone Levee Improvements - SCUP No. SMC-2013-1/KIVA #RPP3-2130618 Page 12 of 15 I the type of land use, the level of development, infrastructure, and the characteristics of development. RCW 36.70B.040. Conclusions Based on Findings 1. With conditions, the proposed use would be consistent with the policies of RCW 90.58.020 and the policies of the Kent Shoreline Master Program. The proposed use recognizes the state interest in flood protection and would result in long-term benefits from flooding. The proposed levee project would be consistent with SMA goals to protect the character of the shoreline area, its resources, and its ecology. Levees are allowed as conditional uses within the High Intensity and Urban Conservancy-Open Space shoreline environment. The proposed project would reduce flood hazards in the area consistent with the 2006 King County Flood Hazard Management Plan. No archaeological sites have been identified in the project area. The proposed setback levee would protect upland property. The City provided adequate notice and opportunity to comment on the proposed project and provided an open record hearing. The City carried out environmental review under the State Environmental Policy Act and issued a Mitigated Determination of Nonsignificance (MDNS). The City's MDNS was not appealed. Conditions are necessary to ensure that Green River Trail users are provided with at least two weeks advance notice of trail closures that proposed construction will not interfere with any tribal fishing and river access, and that any trees removed from the site are replaced with native species at a minimum 1: 1 removal to replacement ratio. Findings 1-29. 2. With conditions, the proposed use would not interfere with the normal public use of public shorelines. The proposed setback levee would be located behind the existing Green River levee. As with any new construction, there would be temporary impacts to the shoreline environment in completing the project, filling for the levee, and finishing the flood wall. Briscoe Park would not be impacted by construction. The Green River Trail would be relocated along the water side of the new flood wall. Trail detour routes would be provided during construction. Some parking areas would be temporarily closed and used as construction staging areas. The City would obtain any necessary permits and would coordinate with property owners to minimize any disruption. Adequate parking is available within the adjacent business park area. After construction, landscaping would provide views to the river from the Trail. Conditions are necessary to ensure that trail users are provided with at least two weeks' notice of upcoming trail closures due to construction and that proposed construction will not interfere with any tribal fishing and river access. Findings 1, 3 - 29. j Findings, Conclusions, and Decision City of Kent Hearing Examiner Briscoe-Desimone Levee Improvements - SCUP No. SMC-2013-1 /KIVA #RPP3-2130618 Page 13 of 15 i 3, With conditions, the proposed use of the site and the design of the project would be compatible with other permitted uses within the area. The project area is located within the Industrial Park (M1) and Limited Industrial (M2) zoning districts, which provide for a broad range of industrial, office, and business park activities where environmental activities are protected through development standards. The proposed project would provide 500-year flood protection to surrounding property. The proposed use and project design would maintain the Green River Trail. Conditions are necessary to ensure at least two weeks' notice of upcoming trail closures and no interference with tribal fishing and river access. Findings 1, 3-29. 4. With conditions, the proposed use would cause no unreasonable adverse effects to the shoreline environment designation in which it is to be located. The KSMP designates the area as High Intensity and Urban Conservancy-Open Space. The City issued a MDNS with two conditions after reviewing the environmental impact of the proposal and determining that the proposed development would not have a probable significant adverse impact on the environment. Proposed construction would improve fish and wildlife habitat. The proposed use would continue recreational opportunities for the public along the existing Green River levee and within Briscoe Park. No additional impervious surface would result from the levee construction. Conditions are necessary to ensure that trees removed within the shoreline area would be replaced with native species. Conditions are necessary to ensure at least two weeks' notice of upcoming trail closures and no interference with tribal fishing and river access. Findings 1, 3-29. S. With conditions, the public interest would suffer no substantial detrimental effects from the proposed project. The proposed project would provide 500-year flood protection to existing properties. The proposed project would continue recreational opportunities for the public along the existing Green River levee and within Briscoe Park. No additional levees are proposed for this area. Conditions are also necessary to ensure at least two weeks' notice of upcoming trail closures and no interference with tribal fishing and river access. Findings 1, 3-29. DECISION Based upon the preceding Findings and Conclusions, the request for a Shoreline Conditional Use Permit to install a structural steel sheet pile wall at the back of the existing levee slope, to act as a secondary levee, in three segments along the east bank of the Green River between South 200th Street and South 189th Street in Kent, Washington, is APPROVED, subject to the following conditions:4 a This decision includes conditions required to reduce project impacts as well as conditions required to meet City code standards. i I Findings, Conclusions, and Decision City of Kent Hearing Examiner Briscoe-Desimone Levee Improvements - SCUP No. SMC-2013-1 /KIVA #RPP3-2130618 Page 14 of 15 1. Construction pursuant to this Shoreline Conditional Use Permit shall not begin and is not authorized until twenty-one days from the date the Department of Ecology's final order on the permit is transmitted to the City. 2. Notification for Green River Trail users shall be provided on-site and on the City's website a minimum of 2 weeks prior to closure of the Trail. 3. To ensure that the proposed construction will not interfere with any tribal fishing and river access, the City shall coordinate with the Muckleshoot Indian Tribe Fisheries Division a minimum of 30 days prior to construction. 4. Removed trees shall be replaced at a minimum 1:1 ratio and replacement trees shall be native species. Any proposed revisions to the planting plan shall be submitted to review and approval by Planning Services. i DATED this Bch day of May 2013. I I I KIMBERLY A. ALLEN Hearing Examiner Sound Law Center Findings, Conclusions, and Decision City of Kent Hearing Examiner Briscoe-Desimone Levee Improvements - SCUP No. SMC-2013-1 /KIVA #RPP3-2130618 Page 15 of 15 Facilities Mona.gement Division Real Estate Services Section . King County Administration Building VQ 500 Fourth Avenue ADM-BS-0830 Seahle,WA98104 KingC®Untg Permits 206-296-7456,FAX206-296-0196 SPECIAL USE PERMIT Use of County Owned Property ERAHT NUAIBER:*SUPS 13-00-12 DATE:11/06/2013 ERMTEE: ity of Kent-Ken Laugholz , 20 4th Ave,S. Cent,WA 98032 AYPHONE:(253)856-5516 OTHERPHONB: PAX: PURPOSE: - - o use as temporary access&staging&the removal of 36 tre(!s: - . LEGALDESCRIPTION; Primary 1/4 Sec 'Avp Rge Account No boll Page SE 35 23 04 7888800100 606 E Legal Oesciiptlon: PIN 786680-0100 Briscoe Lovee Setback Within the boundaries of the above referenced parcel. EXPIRATION'. This permit shalt not be valid for more than 15 Months and expires on the 31 day of j December,2014. Administrative Fee(New or Renewal) $500.00 Bond/Insurance Amount $1,000,000.00 PERMITTEE MUST NOTIFY TOM BEAN DNRP-WATER AND LAND RESOURCES AT:206-477-4638 AT LEAST 72 HOURS PRIOR TO PERFORMING ANY WORK AND IMMEDIATELY UPON COMPLETION Issued By: Akr+od Phone: f,s,'/n-?US•'C9H.5'5 ' Bythis permit King County authorizes the use of the above described property: +stodial Approval: Signature on ME) ,are: heal Estate Services Approval: to: The Permittee agrees to comply with the terms and conditions contained herein. SEE REVERSE SIDE FOR TERTUS AND CONDITONS. a 3 o Fa 4� i ignatuce of'Pennittee: Signature on file Date: 011 2,vjr 1 i NOTE:Pennitnot valid without all necessary signatures and expiration date. (Ling County Code 14.30 AAF-RES 0003 Ptlnled On:1116/2013 page 144 i L PERINMREVOCATION-This Pemtit is revocable at anytime by King County. The rigiittorevoke is expressly reserved to King County. - 2. INDEAREEY AND HOLD IIARMLF55-The Perntittee agrees to indemnify and hold harmless King County as provided herein to the maximum extent possible under law. Accordingly,the Pai'mittee agrees for itself,its successors and assigns to defend,indemnify,and bold harmless King County,its appointed and elected officials,and employees from and against liability for all claims,demands,suits,and judgments including costs of defense thereof for injury to persons,death,or property damage w'heii is caused try,arises out of,or is incidental to Per mittee's exercise of rights and privileges granted by this Permit. The Permittee's obligation under this section shall include a) Indemnification for such claims whether ornot they arise from the sole negligence of either the County or the Permittee,the concurrent negligence of both parties,or the negligence of one or more third parties, b)The duty to promptly accept tender of defense and provide defense to the County at the Pennittee's mvn expense, c)Indemnification of claims made by the Permittee's own employees or agents. d)Walver of the Permittee's immunity under the industrial Insurance provisions of Title 51 RCW,which waiver has been mutually negotiated by the patties. In the event it is necessary for the County to incur attorney's fees,legal expenses,or other costs to enforce the provisions III of this section,all such fees,expenses,and costs shall be recoverable from the Permittee. In the event it is determined that RCW 4.24,115 applies to this agreement the Permittee agrees to defend,hold harmless, and Indemnify King County to the maximum extent permitted thereunder,and specifically for its negligence concurrent with that of King County to the full extent ofPermince's negligence. Permittee agrees to defend,indemnify,and holdharmless the County for clam byPermittee's employees and agrees to waiver of its Immunity under Title 51 RCW,which waiver has been mutually negotiated by the patties. 3, ANTI-DISCRIMINA'rJ0N-In art hiring or employment made possible or resulting from this Permit,there shall be no discrnnhradon against any employee or applicant for employment because of race,color,ancestry,religion,national origin, age,sax,sexual orientation,marital status,of the presence of any sensory,mental or physical handicap in au otherwise qualified handicapped person unless based upon a bona fide occupational qualification,and this requirement shal I apply to but not be limited to the following employment,advertising,]ay-offor termination,rates of pay or other fmms of compensation,- , and selection for training Including apprenticeship. No person shall be denied,or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Permit on the grounds of race,color,ancestry, relighm,national origin,age(except minimum age and retirement provisions),sex,sexual orientation,marital status,parental status,the presence of any sensory,mortal or physical handicap,or the use of trained guide-dog by a blind or deaf person. Any violation of this provision shall be considered a violation of a material provision ofthis Permit and shall be grounds for - cancellation,termination or suspension in whole or in part of the Permit by the County,and may result in ineligibility for further County permits. 4. NUN-EXCLUSIVF.RTCHT-This Permit shall not bOdeemed or construed to be an exclusive right It duos not III prohibit the County from granting any other permits to other public or private entities,nor shalt it prevent the County from using any public place for any and all public use or affect its jurisdiction over any part of them. 5. ASSESSMENTS-Permittee shall be required to pay any general or special assessments incurred by King Comity which are directly attributable to or ail sing from any actions,occupancy,or usage authorized herein. 6. TERMINATION-The Permittee may terminate the Permit by written notice to the Manager of Real Estate Services Sectiom Upon revocation,termination,or abandonment,the Permittee shall remove at his expense all facilities placed on said property by the Permittee,and restore the premises to a condition which is equivalent in all respects to the condidort existing prior to installation of the facilities,or to a condition which is satisfactory to the County. If the Permittee has not accomplished removal and restoration at the end ofa ninety-duy period followingthe effective date of revocaton,termination, expiation,or abandonment,the County may accomplish all of the necessary work and charge all of the costs to the Pernuttee. I 7. RESTORATION-Alter completion of work authorized by this Permit,tho Permittee shall restore the property to a condition which is equivalent in all respects to the condition of the property prior to starting work,or a condition satisfactory to King Conuty. If the Permittee delays the restoration beyond expiration of the Permit,the County may accomplish all the necessary work and charge all the costs to the Permittee. 9. REPAll2ING DAMAGE BYPERMITTEE-In the event that dam age ofanykind is caused by the Painnittea in tine course of performing work authorimd by this Permit,Permittee will repair suid damage atits sole cost and expense. Repair work shall begin without delay and continue without interruption unfit completed. If damage is extensive,the time allowed for repair will he proscribed by die Comity agent, If the County determines it is necessary,the Count),may accomplish the work and charge all the costs to the Permittee. 9. ADATEMCNT OP UNISAPC CONDITIONS-The County representative may at any time,do,order,or have done all work considered necessary to restore to asafe condition any area described In Permit left by the Permittee in a condition dangerous to life orproperly. 'life Perm ttee shall pay,upon demand,to the County all costs of such work,materials,etc. Nothing in this section Shull relieve the Permittee of duties under Terms and Conditions No.2 above. I AAF-RES-0e03 Pdnled On;11/6#o13 Page 2 at4 10. RIGHTS RESERVED TO COUNTY-CONFORMANCE AND PAYW..NT OF.COST RE,OUIRF,D-Thc County ros saves the right to use,occupy,and enjoy its property for such purposes as it shall desire Including,but not limited to, constructing or installing structures and facilities on the property,or developing,improving repairing or altering the properly, The Permittee,upon written notice,will at its own cost and expense remove,repair,relocate,change or reconstruct Its !, Installations to confmn with the plans of work contemplated or ordered by the County according to athne schedule contained in the written notice, 11. NOTICE-Permittee agrees to obtain information from other utility operators regarding the location and current status , of their installations before starting work. Property.owners adjoining,oxinproximitym,theprojectas described herein shall be notified by Permittee when such property is exposed to the possibility of injury or damage through perfohnance of work on the projedtauthoized by this Permit. Pennittee sbell make all advance arrangements necessary to protect such property or utility from injury or damage. 12. OTHCR APPLICABLE LAWS-Issuance of this Permit does not in anyway relieve the Pennittee from complying !' with any other applicable laws in performing the work subject to this Permit, 13. RE•ENTRY-After completion of work authorized by this Permit,if the Permittee desires to re-enter upon the in described herein for any reconstruction,notice shall be provided hr advance to King County together with the plans and specifications for the work proposed,and shall not be permitted without the County's consent. 14, TITLE-This Permit grants only the right to use King County's interest in the herehr describedproperty,and the granting of this Permit is not a warranty that good title to any specific property Is vested in King County. 15 SPECIAL TERMS AND CONDITIONS: a The pennihee wilt restrict all use and improvements to the project described in the proposal, b The pennitteo will be responsible to secure acid provide proof of all necessary permits prior to the use of the area c If at anytime the use of the area creates acondition which could pose a danger to the public,the permilmo will be responsible for posting temporary signage,using barricades or taking other appropriate measures to fecilhate cautioned safe use of the area. d Pennittee shall be solely responsible for securing all equipment and materials left on site during overnight hours. Construction equipment left on site during overnight hours must be secured. e The perurittea understands that no further work,rise,Improvements or alterations shall be made without first obtaining a new Special Use Permit or being made an addendum to this existing permit. , f The p coo ittee shall be solely responsible for the replacement and/or repair pfmy subsurface or surface utilities damaged and/or destroyed as a result of any work authorized by this permit. g Permittee shall be solely responsible for the repair of any and all damages to King County property due,or Tel stud, to the authorized work,at Permittee's sale expense, h The peen ittee shall call(800)424-5555 for underground utility locations prior to any work. i This permit hereby incorporates by reference the Agreement for Levee Construction,Operation and Maintenance entered on June G,2013,between the City of Kent and the King County Flood Control Zone DJst'ict, All activity authorized by[his permit is conditioned by the terns of the Agreement. j j The permitter shall be solely responsible for the removal and proper disposal of all wood and other debris. k The permittea shall restore the area to its original or better condition upon completion of the permitted work, I Landscaping crews and others will tend the site as appropriate. They are to have ready access toad buildings, landscaping,and site utilities at all times. III This permit does not allow use or obstruction of parking near the occupied building(Building 3)at the north end of the site. Specifically,the four northernmost on-site parking stalls south of thenorth entry and all on-site i parking areas north and west of those stalls are to be unobsfi noted at all times and available for use by others. n This permit does not allowuse or obstruction of the buildings on site. Allwallovays and building entrances are to, be usable at all thnes. o King County reserves the Tight to set additional torms as unforeseen conditions may warrant. i AAF-RES-0003 Primed On:I IW2mJ Page 3 W4 i Sp.I NSUHANCE! 1, Minimum Scone and Limits of Ins gran cc-Mhilmmn Scope and Limits of Insurance Coverage shall be at least as broad as: General Llabilityt Insurance Services Office form number CO 0001(Ed.11-88)cowing COMMERCIAL GENFRAL LIABILITY.The permittee shall maintain limits no less than$1,000,000 combined single limit per occurrence for bodily injury, personal fnjmy and property damage, AUTOMOBILE LIABILITY; Insurance Services Office form number(CA 00 01 Ed.12.90 or Its equivalent) covering BUSINESS AUTO COVERAGE,symbol 1"any auto",or the combination of symbols 2,8 and 9. Limits shall be no less than$1,000,000.Combined Single Limit Bodily Injury and Property Damage. WORKERS COMPENSATION: Workers Compensation coverage,as regnired by the Industrial Insurance Act of the State of Washington; . EMPf,OYF.RS I,IABJLITY or"Stop-Gap": The protection by the Workers Compensation policy Part 2(Employers Liability)or,in stales with monopolistic state funds,the protection provided by the"Stop-Gap"eudorsenentto the General Liability policy. Limits shalt bend less than$1,000,000. 2. Deductibles and Self-Insured Retentions-The deductible and/or sel&insured retention of the politics shall not limit or apply to the permittec's liability to the County slid shall be the sole responsibility of the permittee. 3. Other Insurance Provisions-The insurance policies required th this permit are to contain,or be endorsed to contahi the following provisicns a. All Liability policles except Workers Compensation: 1.The County,its officers,officials,employees and agents are to be covered as Insured as respects liability arising out of activities performed by or on behalf of the permittee In connection with this permit. 2. Insurance coverage shall beprlmwy Insurance as respects the County,Its officers,officials,employees and agents. Any insurance and/or self-hi$vrancemalnmimed by the County,its officers,officials,employees or agents. should not contribute with the permtttoe's insurance or benefit the pennitme in anyway. 3. The permittee's insurance shall apply separately to cacti insured against whom a claim is made mid/or lawsuit is brought,except with respect to the limits of the insurer's liability. b. All Politics: Coverage shall not be suspended,voided,cancelled,reduced in coverage or in limits prior to the expiration date of this special use permit,unless folly-five(45)days prior notice,return receipt requested,has been given to the County, 4, Acceptability nfHisurers-Unless otherwise approved by the County,insurance is to be placed with insurers with a Bests'rating of no less than A:VIII,or,if not rated with Bests',with minimum surpluses the equivalent of Bests' surplus size Vlll, 5. Veriftention of Coverage-The permittee shall fundsli the King County Real Property Division with certificates of insurance and endorsements required by this permit.The County reserves the right to require complete,certified copies of all required insurance policies at any time. I 6. Municipal or State Agenev Provision-If the Permiftee is a Municipal Corporation or an agency of the State of Washington and is self-insured for any of the above insurance requirements,a certification of self-insurance shall be attached hereto and be Incorporated by reference end shall constitute compliance with this section, i i , III AAF-RE"003 Pdnled On:11/61ZO13 Pape 4 of 4 fipE s�arg of o STATI OF WASHINGTON DEPARTMENT OF ECOLOGY Northwest Regional Office 0 3190 160th Ave SE 0 Bellevi+e, WA 98008-5452 0 425.649-7000 711 for Washington Relay Service 0 Persons with a speech disabili[y can call 877-833-6341 June 12,2013 Ken Langholz City Of Kent Public Works Engineering 220 4th Avenue South Kent, WA 98032 Re: City of Kent Permit RPSP-2130617 &RPP3-230618 Ken Langholz - Applicant SIMULTANEOUS FILING OF: Approved Shoreline Substantial Development Permit (SDP) 1548 and Approved Shoreline Conditional LJse Permit 481 Dear Ken Langholz: On May 10, 2013,the Department or Ecology received notice that the City of Kent approved the above permits for installation of structural steel sheet pile walls at the back of existing levee slopes to serve as secondary levees. These pile walls are designed to protect three segments along the east bank of the Green Fiver and reduce the flood risk to Kent,Tukwila, and Renton. The proposed flood walls will provide a minimum of three (3)feet of freeboard above the predicted 500-year flood event in order to meet FEMA accreditation requirements. Your approved SDP has been filed with Ecology. By law, Ecology must review Conditional Use Permits for compliance with: The Shoreline Management Act(Chapter 90.58 RCW) a Ecology's Conditional Use Permit approval criteria(Chapter I73-27-160 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 on your Conditional Use Permit: Ecology approves your Conditional Use Permits(s)provided your project complies with the conditions required by the City of Kent. Please note, howeveri that other federal, state and local permits may be required in addition to these shoreline permits. I I Ken Langholz June 12,2013 2 of 2 What Happens Next? Before you begin activities authorized by this permit,the law requires you wait at least 21 days from, 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. The Shorelines Hearings 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 littp://www.eho.wa,gov/ . If you want to appeal this decision,you can rind 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.leg.wa.gov/wac/. ' I If you have any questions about this letter, please contact Barbara Nightingale at (425) 649-4309. Sincerely, Bfacs'd�le-�-- Erik Stockdale, Section Manager' Shorelands and Environmental Assistance Program Fnelosure cc: Erin George, City of Kent i GEOTECHNICAL MEMO AND BORINGS A copy of the Geotechnical Data Report and Addendum can be obtained at: www.kentwa.gov/procurement I I II i Briscoe-Des!mone Levee Reach 2 &3/Langholz A - 6 December 19, 2013 Project Number: 09-3010 PREVAILING ACE RATES Briscoe-Desimone Levee Reach 2 &3/Langholz A - 7 December 19, 2013 Project Number: 09-3010 ruyc .� vi ii State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 .Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 12/16/2013 County Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $41.69 5D 1H King Boilermakers Journey Level $62.34 5N 1C King Brick Mason Brick And Block Finisher $43.26 5A 1M King Brick Mason Journey Level $50.12 5A 1M King Brick Mason Pointer-Caulker-Cleaner $50.12 5A 1M King Building Service Employees Janitor $20.59 5S 2F King Building Service Employees Traveling Waxer/Shampooer $21.00 5S 2F King Building Service Employees Window Cleaner (Non-Scaffold) $24.29 5S 2F King Building Service Erne Window Cleaner (Scaffold) $25.15 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $50.82 5D 1M King Carpenters Bridge, Dock And Wharf $50.82 5D 1M Carpenters King Carpenters Carpenter $50.82 5D 1M King Carpenters Carpenters on Stationary Tools $50.95 5D 1M King Carpenters Creosoted Material $50.92 5D 1M King Carpenters Floor Finisher $50.82 5D 1M King Carpenters Floor Layer $50.82 5D 1M King Carpenters Scaffold Erector $50.82 5D 1M King Cement Masons Journey Level $51.18 7A 1M King Divers & Tenders Diver $100.28 5D 1M 8A King Divers & Tenders Diver On Standby $56.68 5D 1M King Divers it Tenders Diver Tender $52.23 5D 1M King Divers & Tenders Surface Rcv Ft Rov Operator $52.23 5D 1M King Divers Et Tenders Surface Rcv ii Rov Operator $48.67 5A 1 B Tender King Dredge Workers Assistant Engineer $53.00 5D 3F King J.Dredpefttkers Assistant Mate (Deckhand) $52.58 5D 3F r oyc c vi ti King Dredge Workers Boatmen $52.30 5D 3F King Dredge Workers Engineer Welder $54,04 5D 3F King Dredge Workers Leverman, Hydraulic $55.17 5D 3F King Dredge Workers Mates $52.30 5D 3F King Dredge Workers Oiler $52,58 5D 3F King Drywall Applicator Journey Level $50.82 5D 1H King D vwall Tapers Journey Level $49.79 SP 1 E King Electrical Fixture Maintenance Journey Level $25.34 5L I Workers King Electricians - Inside Cable Splicer $64.24 7C 2W King Electricians - Inside Cable Splicer (tunnel) $69.07 7C 2W King Electricians - Inside Certified Welder $62.04 7C 2W King Electricians - Inside Certified Welder (tunnel) $66.65 7C 2W King Electricians - Inside Construction Stock Person $34.19 7C 2W King Electricians - Inside Journey Level $59.85 7C 2W 'King Electricians - Inside Journey Level (tunnel) $64.24 7C 2W King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $66.43 5A 4A Construction King Electricians - Powerline Certified Line Welder $60.75 5A 4A Construction King Electricians - Powerline Groundperson $42.36 5A 4A Construction King Electricians - Powerline Heavy Line Equipment $60.75 5A 4A Construction Operator King Electricians - Powerline Journey Level Lineperson $60.75 5A 4A Construction King Electricians - Powerline Line Equipment Operator $51.05 5A 4A Construction King Electricians - Powerline Pole Sprayer $60.75 5A 4A Construction King Electricians - Powerline Powderperson $45.39 5A 4A Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructor's Mechanic $77.701 7D 4A King Elevator Constructors Mechanic In Charge $84.24 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $14.60 5B 2K Products Work Only King Fence Erectors Fence Erector $15.18 1 King Fla ers Journey Level $35.34 7A 2Y King Glaziers Journey Level $53.76 7L 1Y King Heat a Frost Insulators And Journeyman $58.93 5.1 15 Asbestos Workers King Heating Equipment Mechanics Journey Level $69.37 7F 1E King Hod Carriers a Mason Tenders Journey Level $42.99 7A 2Y King Industrial Power Vacuum Journey Level $9.24 1 Cleaner King Inland Boatmen Boat Operator $52.51 5B 1K King Inland Boatmen Cook $48.89 5B 1K King Inland Boatmen Deckhand $49.13 5B 1K King Inland Boatmen Deckhand Engineer $50.12 5B 1K King Inland Boatmen Launch Operator $51.34 5B 1K King Inland Boatmen Mate $51.34 5B 1K King Inspection/Cleaning/Sealing 0f Cleaner Operator, Foamer $31.49 1 Sewer a Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 Sewer Ee Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 Sewer Ec Water Systems By Remote Control King Inspection/Cteaning/Sealing Of Tv Truck Operator $20.45 1 Sewer Et Water Systems BV Remote Control King Insulation Applicators Journey Level $50.82 5D 1M King Ironworkers Journeyman $59.77 7N 10 King Laborers Air, Gas Or Electric Vibrating $41.69 7A 2Y Screed King Laborers Airtrac Drill Operator $42.99 7A 2Y King Laborers Ballast Regular Machine $41.69 7A 2Y King Laborers Batch Weighman $35.34 7A 2Y King Laborers Brick Pavers $41.69 7A 2Y King Laborers Brush Cutter $41.69 7A 2Y King Laborers Brush Hog Feeder $41.69 7A 2Y King Laborers Burner $41.69 7A 2Y King Laborers Caisson Worker $42.99 7A 2y King Laborers Carpenter Tender $41.69 7A 2Y King Laborers Caulker $41.69 7A 2Y King Laborers Cement Dumper-paving $42.46 7A 2Y King Laborers Cement Finisher Tender $41.69 7A 2Y King Laborers Change House Or Dry Shack $41,69 7A 2Y King Laborers Chipping Gun (under 30 Lbs.) $41.69 7A 2Y King Laborers Chipping Gun(30 Lbs. And $42.46 7A 2Y Over) King Laborers Choker Setter $41.69 7A 2Y King Laborers Chuck Tender $41.69 7A 2Y King Laborers Clary Power Spreader $42.46 7A 2Y King Laborers Clean-up Laborer $41.69 7A 2Y King Laborers Concrete Dumper/chute $42.46 7A 2Y rayc T v ii �i Operator King Laborers Concrete Form Stripper $41,69 7A 2Y King Laborers Concrete Placement Crew $42.46 7A 2Y King Laborers Concrete Saw Operator/core $42.46 7A 2Y Driller King Laborers Crusher Feeder $35.34 7A 2Y King Laborers Curing Laborer $41.69 7A 2Y King Laborers Demolition: Wrecking Et Moving $41.69 7A 2Y (incl. Charred Material) King Laborers Ditch Digger $41.69 7A 2Y King Laborers Diver $42.99 7A 2Y King Laborers Drill Operator $42.46 7A 2Y (hydraulic,diamond) King Laborers Dry Stack Walls $41.691 7A 2Y King Laborers Dump Person $41.69 7A 2Y King Laborers Epoxy Technician $41.69 7A 2Y King Laborers Erosion Control Worker $41.69 7A 2Y King Laborers Faller & Bucker Chain Saw $42.46 7A 2Y King Laborers Fine Graders $41.69 7A 2Y King Laborers Firewatch $35.34 7A 2Y King Laborers Form Setter $41.69 7A 2Y King Laborers Gabian Basket Builders $41.69 7A 2Y King Laborers General Laborer $41.69 7A 2Y King Laborers Grade Checker @ Transit $42.99 7A 2Y Person King Laborers Grinders $41.69 7A 2Y King Laborers Grout Machine Tender $41.691 7A 2Y King Laborers Groutmen (pressure)including $42.46 7A 2Y Post Tension Beams King Laborers Guardrail Erector $41.69 7A 2Y King Laborers Hazardous Waste Worker (level $42.99 7A 2Y A) King Laborers Hazardous Waste Worker (level $42.46 7A 2Y B) King Laborers Hazardous Waste Worker (level $41.69 7A 2Y C) King Laborers High Scaler $42.991 7A 2Y King Laborers Jackhammer $42.46 7A 2Y King Laborers Laserbeam Operator $42.46 7A 2Y King Laborers Maintenance Person $41.69 7A 2Y King Laborers Manhole Builder-mudman $42.46 7A 2Y King Laborers Material Yard Person $41.69 7A 2Y King Laborers Motorman-dinky Locomotive $42.46 7A 2Y King Laborers Nozzleman (concrete Pump, $42.46 7A 2Y Green Cutter When Using Combination Of High Pressure Air & Water On Concrete D Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $42.46 7A 2Y King Laborers Pilot Car $35.34 7A 2Y King Laborers Pipe Layer Lead $42.99 7A 2Y King Laborers Pipe Layer/tailor $42.46 7A 2Y King Laborers Pipe Pot Tender $42.46 7A 2Y King Laborers Pipe Reliner $42.46 7A 2Y King Laborers Pipe Wrapper $42.46 7A 2Y King Laborers Pot Tender $41.69 7A 2Y King Laborers Powderman $42.99 7A 2Y King Laborers Powderman's Helper $41.69 7A 2Y King Laborers Power Jacks $42.46 7A 2Y King Laborers Railroad Spike Puller - Power $42.46 7A 2Y King Laborers Raker - Asphalt $42.99 7A 2Y King Laborers Re-timberman $42.99 7A 2Y King Laborers Remote Equipment Operator $42.46 7A 2Y King Laborers Rigger/signal Person $42.46 7A 2Y King Laborers Rip Rap Person $41.69 7A 2Y King Laborers Rivet Buster $42.46 7A 2Y King Laborers Rodder $42.46 7A 2Y King Laborers Scaffold Erector $41.69 7A 2Y King Laborers Scale Person $41.69 7A 2Y King Laborers Sloper (over 20") $42.46 7A 2Y King Laborers SloperSprayer $41.69 7A 2Y King Laborers Spreader (concrete) $42.46 7A 2Y King Laborers Stake Hopper $41.69 7A 2Y King Laborers Stock Piler $41.69 7A 2Y King Laborers Tamper Ft Similar Electric, Air $42.46 7A 2Y Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $42.46 7A 2Y propelled) King Laborers Timber Person - Sewer (lagger, $42.46 7A 2Y Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $41.691 7A 2Y King Laborers Topper $41.691 7A 2Y King Laborers Track Laborer $41.69 7A 2Y King Laborers Track Liner (power) $42.46 7A 2Y King Laborers Traffic Control Laborer $37.79 7A 2Y 8R King Laborers Traffic Control Supervisor $37.79 7A 2Y 8R King Laborers Truck Spotter $41.69 7A 2Y King Laborers Tugger Operator $42.46 7A 2Y King Laborers Tunnel Work-Compressed Air $60.06 7A 2Y S Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $65.09 7A 2Y I r uyc � vi li Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $68.77 7A 2Y Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $74.47 7A 2Y Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $76.59 7A 2Y $4 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $81.69 7A 2Y 8H Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $83.59 7A 2Y 8g Worker 68.01-70.00 psi King Laborers Tun nel.Work-Com pressed Air $85.59 7A 1H Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $87.59 7A 1H 8g Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $43.09 7A 2Y Tender King Laborers Tunnel Work-Miner $43.09 7A 2Y King Laborers Vibrator $42.46 7A 2Y King Laborers Vinyl Seamer $41.69 7A 2Y King Laborers Watchman $32.12 7A 2Y King Laborers Welder $42.46 7A 2Y King Laborers Well Point Laborer $42.46 7A 2Y King Laborers Window Washer/cleaner $32.12 7A 2Y King Laborers - Underground Sewer General Laborer Et Topman $41.69 7A 2Y Et Water King Laborers - Underground Sewer Pipe Layer $42.46 7A 2Y EL Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King lathers Journey Level $50.82 SD 1H King Marble Setters Journey Level $50.12 5A 1M King Metal Fabrication (In Shop) Fitter $15.861 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shops Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $51.92 SD 1M King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.40 1 r ayc i vi ii 'i King Modular Buildings Tool Maintenance $11.561 1 King Modular Buildings Utility Person $11.56 1 King Modular Building .ss Welder $11.56 1 King Painters Journey Level $36.64 6Z 2B King Pile Driver Journey Level $51.07 5D 1M King Plasterers Journey Level $49.29 Z_Q 1R King Plavaround a Park Equipment Journey Level $9.19 1 Installers King Plumbers a Pipefitters Journey Level $72.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $53.49 7A 3C 8P King Power Equipment Operators Assistant Engineer $50.22 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $53.00 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $53.00 7A 3C 8P Concrete King Power Equipment Operators Bobcat $50.22 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $50.22 7A 3C 8P Equipment King Power Equipment Operators Brooms $50.22 7A 3C 8P King Power Equipment Operators Bump Cutter $53.00 7A 3C 8P King Power Equipment Operators Cableways $53.49 7A 3C 8P King Power Equipment Operators Chipper $53.001 7A 3C 8P King Power Equipment Operators Compressor $50.22 7A 3C 813 King Power Equipment Operators Concrete Pump: Truck Mount $53.49 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Orators Concrete Finish Machine -laser $50.22 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $52.58 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure, King Power Equipment Operators Concrete Pump: Truck Mount $53.00 7A 3C 8P With Boom Attachment Up To 42 m King Power Equipment Operators Conveyors $52.58 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $53.00 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $54.04 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power E ui ment 0 (:razors Cranes: 200 Tons To 300 Tons, $54.61 7A 3C 8P Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $53.49 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $50.22 7A 3C 8P Under King Power Equipment Operators Cranes: Friction 100 Tons $54.61 7A 3C 8P 1 Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $55.17 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $55.17 7A 3C 8P Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $52.58 7A 3C 8P Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $53.00 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $53.00 7A 3C 8P i (power) King Power Equipment Operators Derricks, On Building Work $53.49 7A 3C 8P King Power Equipment Operators Dozers D-9 Ft Under $52.58 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $52.58 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $53.00 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $50.22 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $53.00 7A 3C BP Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $52.58 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $50.22 7A 3C 8P Attachments j King Power Equipment Operators Grade Engineer: Using Blue $53.00 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $50.22 7A 3C 8P King Power Equipment Operators Guardrail Punch $53.00 7A 3C 8P King Pourer Equipment Operators Hard Tail End Dump $53.49 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $53.00 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $52.58 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $53.00 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $52.58 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $50.22 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Ft $54.04 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $53.49 7A 3C 8P Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $53.00 7A 3C 8P ". Yards r oyc � vi ti I, King Power Equipment Operators Loaders, Plant Feed $53.001 7A 3C I 8P King Power Equipment Operators Loaders: Elevating Type Belt $52.58 7A 3C 8P King Power Equipment Operators Locomotives, All $53.00 7A 3C 8P King Power Equipment Operators Material Transfer Device $53.00 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $54.04 7A 3C 8P $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Grader - Non- $52.58 7A 3C 8P finishing j King Power Equipment Operators Motor Patrol Graders, Finishing $53.49 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel $53.49 7A 3C 8P Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $50.22 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $52.58 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $53.00 7A 3C SP 20 Tons Through 44 Tons King Power Equiprnent Operators Overhead, Bridge Type: 100 $54.04 7A 3C SP Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $53.49 7A 3C SP Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $50.22 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $53.00 7A 3C 8P Mount) King Power Egui_ rnent 0 erp ators Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P King Power Equipment Operators Posthote Digger, Mechanical $50.22 7A 3C 8P King Power Equipment Operators Power Plant $50,22 7A 3C 8P King Power Equipment Operators Pumps - Water $50.22 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, DI And Over $53.49 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $50.22 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $53.49 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Beltman $50.22 7A 3C 8P King Power Equipment Operators Rotlagon $53.49 7A 3C 8P King Power Equipment Operators Rotler, Other Than Plant Mix $50.22 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $52.58 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $53.00 7A 3C 8P King Power Equipment Operators Saws - Concrete $52.58 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $53.00i 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $52.58 7A 3C 8P King Power Equipment Operators Scrapers, Self-propelled: 45 $53,49 7A 3C 8P I Yards And Over King Power Equipment Operators Service Engineers - Equipment $52.58 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $50.22 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $52.58 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $53.49 7A 3C 813 Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $53.00 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $54.04 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $54.61 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Stipform Pavers $53.49 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $53.49 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $53.00 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $52.58 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in $54.61 7A 3C 8P Height, Base To Boom King Power Equipment Operators Tower Crane Up To 175' In $54.04 7A 3C 8P Height Base To Boom King Power Equipment Operators Transporters, All Track Or $53.49 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $52.58 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $53.00 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver Under $52.58 7A 3C 8P 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $53.00 7A 3C 8P King Power Equipment Operators Welder $53.49 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farman Type $50.22 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $53.00 7A 3C 8P i King Power Equipment Operators- Asphalt Plant Operators $53.49 7A 3C 8P Underground Sewer 8 Water King Power EgLpment Operators- Assistant Engineer $50.22 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Barrier Machine (zipper) $53.00 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Batch Plant Operator, $53.00 7A 3C 8P Underground Sewer B Water Concrete King Power Equipment Operators- Bobcat $50.22 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Brokk - Remote Demolition $50.22 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $50.22 7A 3C 8P Underground Sewer Et Water - ruyc ii vi �.i King Power Equipment Operators 3C 8P Bump Cutter $53.00 7A _ _ Underground Sewer & Water King Power Equipment Operators- Cableways $53.49 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Chipper $53.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $50.22 7A 3C 8P Underground Sewer £t Water King Power Equipment Operators- Concrete Pump: Truck Mount $53.49 7A 3C 8P Underground Sewer & Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $50.22 7A 3C 8P Underground Sewer Ft Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $52.58 7A 3C 8P Underground Sewer Ft Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $53.00 7A 3C 8P Underground Sewer & Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $52.58 7A 3C SP Underground Sewer 8: Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $53.00 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $54.04 7A 3C 8P Underground Sewer E Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $54.61 7A 3C 8P Underground Sewer & Water Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $53.49 7A 3C 8P Underground Sewer & Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $50.22 7A 3C 8P Underground Sewer & Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $54.61 7A 3C 8P Underground Sewer &Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $55.17 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $55.17 7A 3C 8P Underground Sewer a Water Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $52.58 7A 3C 8P Underground Sewer & Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $53.00 7A 3C 8P Underground Sewer& Water King Power Equipment Operators- Deck Engineer/deck Winches $53.00 7A 3C 8P Underground Sewer &Water (power) King Power Equipment Operators- Derricks, On Building Work $53.49 7A I 3C 8P Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $52.58 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $52.58 7A 3C 8P Underground Sewer & Water Or Crane Mount King Power Equipment Operators- Drilling Machine $53.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $50.22 7A 3C 8P Underground Sewer & Water Permanent And Shaft Type King Power Egu pment Operators- Finishing Machine, Bidwell And $53.00 7A 3C 8P Underground Sewer & Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $52.58 7A 3C 8P Underground Sewer & Water With Attachments ,King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $50.22 7A 3C 8P Underground Sewer & Water Attachments King Power EQUiprnent Operators- Grade Engineer: Using Blue $53.00 7A 3C 8P _Underground Sewer & Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $50.22 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Guardrail Punch $53.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Hard Tail End Dump $53.49 7A 3C 8P Underground Sewer & Water Articulating Off- Road Equipment 45 Yards. a Over King Power Equipment Operators- Hard Tail End Dump $53.00 7A 3C 8P Underground Sewer & Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $52.58 7A 3C 8P Underground Sewer & Water Locator King Power Equipment Operators- Horizontal/directional Drill $53.00 7A 3C 8P Underground Sewer & Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $52.58 7A 3C 8P Underground Sewer & Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $50.22 7A 3C 8P Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. & $54.04 7A 3C 8P Underground Sewer & Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $53.49 7A 3C 8P Underground Sewer & Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $53.00 7A 3C 8P Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $53.00 7A 3C 8P Underground Sewer £t Water King Power Equipment Operators- Loaders: Elevating Type Belt $52.58 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Locomotives, All $53.00 7A 3C 8P Underground Sewer & Water King Power Eouipment Operators- Material Transfer Device $53.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $54.04 7A 3C 8P ruyc ui li Underground Sewer & Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Grader - Non- $52.58 7A 3C 8P Underground Sewer Et Water finishing King Power Equipment Operators- Motor Patrol Graders, Finishing $53.49 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $53.49 7A 3C 8P Underground Sewer & Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $50.22 7A 3C 8P Underground Sewer & Water Distribution & Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $52.58 7A 3C 8P Underground Sewer & Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $53.00 7A 3C 8P Underground Sewer &Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $54.04 7A 3C 8P Underground Sewer & Water Tons And Over King Power Equipment Operators_ Overhead, Bridge Type: 45 $53.49 7A 3C 8P Underground Sewer Ee Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $50.22 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Pile Driver (other Than Crane $53.00 7A 3C 8P Underground Sewer &Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Posthole Digger, Mechanical $50.22 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Power Plant $50.22 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Pumps - Water $50.22 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Quick Tower - No Cab, Under $50.22 7A 3C 8P Underground Sewer it Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $53.49 7A 3C 8P Underground Sewer & Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $50.22 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Rollagon $53.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Roller, Other Than Plant Mix $50.22 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $52.58 7A 3C 8P Underground Sewer & Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $53.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Saws - Concrete $52.58 7A 3C 8P i uyc i-r �i ii llndergrOUnd Sewer& Water King Power Equipment Operators- Scraper, Self Propelled Under $53.00 7A 3C 813 Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $52.58 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $53.49 7A 3C 8P Underground Sewer & Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $52.58 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shotcrete/gunite Equipment $50.22 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $52.58 7A 3C 8P Underground Sewer & Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $53.49 7A 3C 8P Underground Sewer & Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $53.00 7A 3C 8P Underground Sewer & Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $54.04 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Eq iipment Operators- Shovel, Excavator, Backhoes: $54.61 7A 3C 8P Underground Sewer & Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $53.49 7A 3C 813 Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $53.49 7A 3C 8P Underground Sewer & Water Screedman King Power Equipment Operators- Subgrader Trimmer $53.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Tower Bucket Elevators $52.58 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Tower Crane Over 175'in $54.61 7A 3C 8P Underground Sewer a Water Height, Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In $54.04 7A 3C 8P Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Transporters, All Track Or $53.49 7A 3C 8P Underground Sewer & Water Truck Type King Power Equipment Operators- Trenching Machines $52.58 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $53.00 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $52.58 7A 3C 8P Underground Sewer & Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $53.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Welder $53.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Wheel Tractors, Farmall Type $50.22 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Yo Yo Pay Dozer $53.00 7A 3C 8P r uyc vi 1 i Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $43.76 5A 4A Trimmers King Power Line Clearance Tree Spray Person $41.51 5A 4A Trimmers King Power Line Clearance `free Tree Equipment Operator $43.76 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $39.10 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $29.44 5A 4A Trimmers King Refrigeration D Air Journey Level $71.46 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $50.12 5A iM King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $39.62 5D 1M King Residential Drywall Tapers Journey Level $49.79 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Gtaziers Journey Level $35.10 7L 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residentiat Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers 8 Journey Level $34.69 1 Met`ltteI S King Residential Refrigeration Et Air Journey Level $71.46 6Z 1 G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $41.84 7F 1 R Workers King Residential Soft Floor Lavers Journey Level $42.15 5A 3D King Residentia1.5prinkler Fitters Journey Level $40.81 5C 211 (Fire Protection) King Residential Stone Masons Journey Level $50.12 5A 1M King Residential Terrazzo Workers Journey Level $46.96 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.171 1 King Roofers Journey Level $44.21 5A 1R King Roofers Using Irritable Bituminous $47.21 5A 1R Materials King Sheet Metal Workers Journey Level (Field or Shop) $69.37 7F 1 E King ShipbuildinQ Et Ship Repair Boilermaker $39.66 7M 1H King Shipbuilding ft Ship Repair Carpenter $38.24 70 3B King Shipbuilding Et Ship Repair Electrician $37.82 70 3B King Shipbuilding R Ship Repair Heat Et Frost Insulator $58.93 5J 15 r ayc lv vi li King Shipbuilding & Ship an Laborer $36.781 70 3B King Shipbuilding & Ship Repair Machinist $37.81 70 3B King Shipbuilding & Ship Repair Operator $40.15 70 3B King Shipbuitdin_g & ShipRepair epair Painter $37.79 70 3B King Shipbuilding & Ship Repair Pipefitter $37.77 70 3B King Shipbuilding & Ship Rem Rigger $37.76 70 3B •King Shipbuilding & Ship Repair Sandblaster $36.78 70 3B King Shipbuilding & Ship Repair Sheet Metal $37.74 70 3B King Shipbuilding & Ship Repair Shipfitter $37.76 70 3B King Shipbuilding & Ship Repair Trucker $37.59 70 3B King Shipbuilding & Ship Repair Warehouse $37.65 70 3B King Shipbuilding £t Ship Repair Welder/Burner $37.76 70 3B King Sian Makers & Installers Sign Installer $22.92 1 (ElectricaU King Sion Makers & Installers Sign Maker $21.36 1 (ElectricaU King Sign Makers i Installers Non- Sign Installer $27.28 1 Electricab King Sign Makers & Installers (Non- Sign Maker $33.25 1 ElectricaU King Soft Floor Lavers Journey Level $42.15 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King S rinkler Fitters (Fire Journey Level $69.59 5C 1X Protection King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $50.12 5A 1M King Street And Parking LoC Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $52.58 7A 3C 8P Surveyor King Surveyors Chairman $52.06 7A 3C 8P King Surveyors Construction Site Surveyor $53.491 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $36.01 5A 2B Outside "King Telephone Line Construction - Hole Digger/Ground Person $20.05 5A 2B Outside King Telephone Line Construction_ Installer (Repairer) $34.50 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $36.01 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer11 $35.27 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $36.01 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operatorl $33.471 5A 2B r ayc ii vi ii Outside (Light) King Telephone Line Construction - Telephone Lineperson $33.47 5A 2B Outside King Telephone Line Construction - Television Groundperson $19.04 5A 2B Outside King Telephone Line Construction_ Television Lineperson/Installer $25.27 5A 2B Outside King Telephone Line Construction - Television System Technician $30.20 5A 2B Outside King Telephone Line Construction - Television Technician $27.09 5A 2B Outside King Telephone Line Construction - Tree Trimmer $33.47 5A 2B Outside King Terrazzo Workers Journey Level $46.96 5A 1M King Tile Setters Journey Level $21.65 1 King Tile. Marble & Terrazzo Finisher $37.79 5A I Finishers King _Traffic Control Stripers Journey Level $42.33 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $47.91 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $47.07 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck 8 Trailer $47.91 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $47.07 5D 3A BL Council 28) King Truck Drivers Other Trucks (W. WA-Joint $47.91 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Ct Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers ft Irrigation-Rump Oiler $12.97 1 Installers King Welt Drillers Ft Irrigation Pump Well Driller $18.00 1 Installers Benefit Code Key—Effective 8-31-2013 thru 3-4-2014 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AXONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2)hours after eight(8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shalt be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8)regular hours Monday through Friday and the first ten(10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) flours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked mn Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1. All hours worked mr Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2)hours after eight(8) regular horns Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over tell (10) hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. Alt hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key—Effective 8-31-2013 thru 3-4-2014 1. N. All hours worked on Sautrchys (except makeup days) shall he paid at one and one-half times the hourly rate of wage.All hours worked of Sundays and holidays shall be paid at double the hourly rate of wage. i O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall he paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2)hours after eight(8) regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All horns worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked of Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of tine employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be li paid at double the hourly rate of wage. i X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12)hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday m Sunday,the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work perforated shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 put (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek)or 40 horns during that workweek.) All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked out Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 8-31-2013 thru 3-4-2014 2 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All homy worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. A The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. it. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay. 0. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the homily rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule,either Monday thru Thursday m Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8)hours worked on the frith day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth,sixth,and seventh days and oil holidays shall be paid at double the hourly rate of wage. Y. All hours worked on Saturdays(except for make-up days)shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED 1N EXCESS OF E1GI1'l'(8)I IOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day,or ten(10) hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday, or outside the normal shift,and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours(12)in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shill.The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight(8)hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 3 Benefit Code Key—Effective 8-31-2013 thru 3-4-2014 3. B. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked over twelve(12) hours Monday through Saturday,and all hours worked on Sundays and holidays shalt be paid at double the hourly rate of wage. C. Work performed in excess of eight(8)hom s of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week, Monday through Friday,or outside the normal shift,and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage.After an employee has worked eight(8)horns at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday,shall be paid at a premium rate of 1501 over the hourly rate of wage.All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the ; hourly rate of wage. E. All(tours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week,once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. G. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday, ,and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours(12) in a single shift and all work performed after 8:00 am Sunday to 8:00 am Monday and Holidays shall be paid at double the straight time rate of pay.AIler an employee has worked eight(8)hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8) hours or more. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL. BE PAID AT ONE AND ONE-I]ALF TIMES THE HOURLY RATE,OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday alter Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). 4 Benefit Code Key—Effective 8-31-2013 thru 3-4-2014 11. holidays: New Year's Day,Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). 5. 1. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Ilianksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas, And Christmas Day(9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, 'Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9), P. holidays: New Year's Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9), Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(8). Holidav Codes Continued 6, A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half-Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents'Day,Memorial Day,Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day, And Christmas Eve Day(11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, 5 Benefit Code Key—Effective 8-31-2013 thru 3-4-2014 Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday(10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,And Christmas Day(7). 6. T. Paid holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The-Last Working Day Before Christmas Day, And Christmas Day(9). Z. Holidays: New Year's Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after 'thanksgiving Day, And Christmas Day (7), If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. if a holiday falls on Sunday, the following Monday shall be considered as the holiday. I� Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, 'fire Friday And Saturday After Thanksgiving Day, And Christmas Day (8). Any holiday Which Falls On A Sunday Shalt Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther Icing Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Arty holiday which falls on a Sunday shall be observed as a holiday on the following Monday. I H. Holidays: New Year's Day, Martin Luther Ding Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(9),Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I 6 j I Benefit Code Key—Effective 9-31-2013 thru 3-4-2014 I. Holidays:New Year's Day,President's Day, Independence Day,Memorial Day,Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day; Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after "Thanksgiving Day, And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day after or before Christmas Day. 10). Any holiday which falls on a Sunday shalll be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after 'Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. O. Paid Holidays: New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, The Day After Or Before Christmas Day, And The Employees Birthday. 11). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day,the day after or before New Year's Day, President's Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day,and the day after or before Christmas Day(10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday.If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day,Independence Day,Labor Day, Thanksgiving Day,Friday After Thanksgiving Day, Christmas Day,The Day After Christmas,And A Floating Holiday(9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Note Codes 8. A. In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more: 7 Benefit Code Key— Effective 8-31-2013 thru 3-4-2014 Over 50''to 100'-$2,00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4.00 per Foot for Each Foot Over 150 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet 8 C. In addition to the hourly wage and fiinge benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'-$1.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75,Level B: $0.50,And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A&B: $1.00, Levels C&D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00,Class 13 Suit: $1.50,Class C Suit: $1,00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the shift shall be used in determining the scale paid. R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess it current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.'these classifications are only effective on or after August 31,2012. S. Effective August 31, 2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana, or Idaho.This classification is only effective on or after August 31,2012. T. Effective August 31, 2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,2012. 8 �-� KENT h-1.1„1„�T.� Agenda Item: Bids - 9A TO: City Council DATE: January 21, 2014 SUBJECT: Briscoe-Desimone Levee Improvements, Reaches 2 and 3 Bid - Award MOTION: Authorize the Mayor to award the bid for the Briscoe-Desimone Levee Improvements Reaches 2 and 3 project to Tapani, Inc., in the amount of $6,709,555.56 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The Briscoe-Desimone Levee is located along the east side of the Green River between S. 180th Street and S. 200th Street. The levee straddles the border between Kent and Tukwila providing flood protection for the Cities of Kent, Tukwila and Renton. Levee certification studies conducted in 2010 indicated that four areas of this levee require improvements to meet federal levee safety standards. Reaches 2 and 3 of this levee are located between S. 189th Street and S. 194th Street. Reaches 2 and 3 will be constructed first, followed by Reaches 1 and 4 in 2015. In 2011, the city, King County Flood Control District (KCFCD), was successful in obtaining a $7 million grant from the Washington State Legislature to fund reconstruction of the Briscoe-Desimone Levee. In June 2013 the City entered into an Interlocal Agreement with the KCFCD which allocated an additional $11 million of District funds and assigned responsibility for design and construction of the project to the City of Kent. Bid opening for this project was held on January 16, 2014 with 10 bids received. The lowest responsible and responsive bid was submitted by Tapani, Inc. in the amount of $6,709,555.56. The Engineer's estimate was $8,452,467.11. The Public Works Director recommends awarding this contract to the low bidder. EXHIBITS: Memorandum, dated 1/16/2014 RECOMMENDED BY: Public Works Director YEA: NAY: BUDGET IMPACTS: This contract will be funded out of the $18 million which was allocated to the Briscoe-Desimone Levee project through an Interlocal Agreement with the KCFCD. REQUEST FOR MAYOR'S SIGNATURE � 1a�NT Please Fill in All Applicable Boxes ��pviewed by Director Originator's Name: Ken Langholz De t/Div. Engineerin o'Extension: 5516 Date Sent: t1f� ` Date Required: i 3 r� Return to: Nancy Yoshitake CONTRACT TERMINATION DATE: 200 working days - VENDOR: Tapani, Inc. DATE OF COUNCIL APPROVAL: 1/21/14 ATTACH THE COUNCIL MOTION SHEET FOR THE MAYOR - if applicable Brief Explanation of Document: The attached construction agreement is with Tapani, Inc. for the Briscoe-Desimone Levee Improvements Reach 2 and 3 Project. The project consists of constructing a secondary levee floodwall landward of the Briscoe Levee adjacent to the Green River between S. 188th St. and S. 194" St. For additional information, see the attached Council motion sheet. �I All Contracts Must Be Routed Through The Law Department (This area to be completed by the Law Department) Received: Approval of Law Dept.:, t, Law Dept. Comments: , [Daterwarded to Mayor: r 0 Shaded Areas To Be Completed By Administration Staff Received: Recommendations and Comments: ' Disposition: Date Returned: �x