Loading...
HomeMy WebLinkAboutPW15-256 - Original - SCI Infrastructure, LLC - SR 516 to S 231st Wy Levee Improvements - 07/24/2015 }k 411, Records gage er '� KENT WASH Document NGTGN T ?t I2 y, i 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: SCI Infrastructure, LLC Vendor Number: JD Edwards Number Contract Number: VV 1 y- L(, This is assigned by City Clerk's Office Project Name: SR 516 to S. 231" Way Levee Impr. - Russell Rd. Upper Levee S. Reach Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: e'Termi nation Date: 80 working days i I Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Toby Hallock Department: Engineering Contract Amount: $1 994 502.86 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Construction of a secondary earthen levee along the Green River landward of the existing Levee nortfi of James St./Russesection. As of: 08/27/14 CITY OF KENT KING COUNTY, WASH I NGTON KENT SPECIAL PROVISIONS FOR SR 516 to S 231 St Way Levee mprovements Russell Road Upper Levee — South Reach Project Number: 09-3006.2 BIDS ACCEPTED UNTIL June 9, 2015 11 :00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO C 1 TY OF KENT, C 1 TY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KING COUNTY FLOOD CONTROL KENTlipWASHINGTON I R I �_ 1 i Public Works Administration Timothy J. LaPorte, P.E. Public Works Director ® 400 West Gowe KENT Kent, WA 98032 Fax: 253-856-6500 ptlrlNF• 9S2-RSC.-.SCfla ...'. CITY OF KENT KING COUNTY, WASHINGTON SR 516 to S. 231st Way Levee Improvements Russell Road Upper Levee - South Reach Project Number: 09-3006.2 ADDENDUM No. 1 June 3, 2015 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 ADD Asterisk to bid item 2185 SCHEDULE II - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2185 4-03.5 500 Gravel Borrow, Including Haul $ $ KSP TONS and Compaction Per TON ($2.50 Min) SCHEDULE IV - ELECTRICAL > ITEM SECTION APPROX. ITEM UNIT TOTAL m NO. NO. QUANTITY PRICE AMOUNT 3 4100 7-08.5 450 Low Permeability Fill for Levee $ $ Y * KSP TONS Embankment, Including Haul Per TON and Compaction i 0 MAYOR SUZETTE COOKED City of Kent Public Works Department II - KENT SPECIAL PROVISIONS Page 7-1 - Section 7-01.5 - Payment REVISE the following payment description: The unit contract price per lineal foot for"Gravel Swale Trench" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to construct the gravel swale trench as shown on the plans and described in the specifications. The unit bid price shall also include but not be limited to trench excavation including haul; and provision and installation of 3/4"to 1-1/2" washed gravel, filter fabric overwrap, and 4" PVC perforated pipe. Page 8-13 - Section 8-02.5 - Payment REVISE the following payment description: The unit price per lump sum for"Neely-Soames Homestead Site Restoration" constitutes complete compensation for all materials, labor, tools and equipment necessary to furnish and install the parking lot, paths, rain gardens, plants, and other improvements as shown on the plans and described in the specifications and its appendix. This item includes but is not limited to excavation, sand, , rocks, pavers, splash pads, 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 paths, viewing areas, and parking lot shall be paid through bid items necessary for their construction as shown on the plans and described in the specifications, including Appendix A. These items include but are not limited to Crushed Surfacing Top Course, 5/8 Minus; Crushed Surfacing Base Course, 1-1/4 Inch Minus; Cement Concrete Sidewalk; and HMA Class 1/2"1 PG 64-22. Page 8-20 - Section 8-20.5 - Payment REVISE the following payment description: The unit contract price per lineal foot for"Supply and Install 4 Inch Diameter Schedule 80 PVC Conduit" constitutes complete compensation for furnishing all labor, tools, supplies, equipment and materials to furnish and install theianetion he conduit, including dewatering if necessary7 and backfill compaction, acyttstment te Rnal grade and teek welding Hd shett after final inspeetien as shown on the plans and described in the specifications. Also included in this bid item are all costs associated with proofing the conduit and all other installation requirements outlined in Section 8-32.1 of the Kent Special Provisions. III - APPENDIX Appendix 1 - Landscaping and Irrigation Specifications for James St/Russell Road Realignment and Neely-Soames Homestead ADD the attached. Appendix 2 - Traffic Control Plans REPLACE Traffic Control Plans with the attached. END OF ADDENDUM No. 1 Chad Bieren, P.E. Date City Engineer Attachments: Appendix 1 - Landscaping and Irrigation Specifications Appendix 2 - Traffic Control Plans i i I 1 3.02 HYDROSEEDING A. Seeding After finished grading is complete and approved, apply seed, fertilizer and mulch in one operation by an approved hydroseeder which utilizes water as the carrying agency and maintains a continuous agitator action that will keep seed and fiber in a homogeneously mixed slurry until pumped from tank. Distribution and discharge lines must be large enough to prevent stoppage and must be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. All spill over on equipment, pavement, trees, etc. shall be immediately cleaned off. B. Rates: 1. Seed-6.9 lbs. per 1,000 square feet. Use pre-germinated seed only. 2. 10-20-20 fertilizer-15 lbs. per 1,000 square feet. 3. Mulch-2,000lbs. per acre. 3.03 SECOND APPLICATION OF FERTILIZER (ALL AREAS) --- --Approximately two weeks after seeding and before-the first mowinvapply---- the second half of the 10-20-20 fertilizer, (preplanting fertilizer) at the rate of fifteen (15) pounds per 1,000 square feet. 3.04 MOWING All grass shall be mowed a minimum of three times before acceptance. The first mowing shall occur when the grass first reaches two (2") inches in height and then be mowed to a height of one and one half inches(1 "). Mowing shall continue on a weekly basis thereafter until all the grass areas or the project as a whole is accepted by the Project Manager. Mowing shall be done with a reel-type mower on soft pneumatic wheels. NOTE: Slopes that are steeper than 3:1 may be mowed with a rotary mower. 3.05 FERTILIZATION AFTER FIRST MOWING (ALL AREAS) After the first mowing,the Contractor shall apply post-seeding fertilizer(6- 2-4)at the rate of one thousand three hundred pounds (1,300 lbs.) per acre or approximately thirty pounds (30 lbs.) per one thousand square feet (1,000 sq. ft.). i 3.06 MAINTENANCE(ALL AREAS) The maintenance of all seeded areas shall include watering and mowing. Maintenance shall continue until the project is accepted. 3.07 RESEEDING OF BARE OR SPARCE AREAS (ALL AREAS) Reseed and fertilize with a 6-2-4 at a rate of four hundred pounds(400 lbs.) per acre, all areas failing to show a uniform stand of grass after germination of seed, or damage through any cause before final acceptance. The Contractor shall be responsible for protecting and maintaining all areas and continue to fertilize with 6-2-4 orAmmonium Sulfate at three-week intervals at levels and type of fertilization as prescribed by the Project Manager. 3.08 INSPECTION AND SUBSTANTIAL COMLETION After completion of all seeding,the post-planting fertilization that follows the first mowing,and two subsequent mowings,the Project Manager will review the planted areas for adequacy. Areas not fully germinated with uniform stand of grass,or areas damaged through any other cause prior to this inspection shall be reseeded, as herein specified at the Contractor's expense. "Uniform stand of grass" is defined as a complete cover of lush, thriving, green grass with no bare spots. It must be emphasized the acceptance may occur after three mowings, but only when all of the other conditions of this project have been completely met. If the grass is not accepted after the three mowings, maintenance and weekly mowing shall continue until acceptance. This additional maintenance may include disease control, special fertilizers, etc. END OF SECTION i I mw NADM GaON .001 LEGENn p! VZ SIGN LOCATION � (TEMPORARY MOUNT) £-OLM �1 WORK VEHICLE ZS tlL-OLM PLAGGER LOCATION j A0l tv xow OD1 tow,09 i i •� WORK VEHICLE I 5D'mM i id)'m9x Lu 1, ALL SIGNS AND SPACING SHALL CONFORM TO LLt -W THE I4UTCD AND CITY OF KENT W w20-7A SPECIFICATIONS. J 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHAL BE PROVIDED AT 00 ALL TIME wz0-a S. BE 3. ALI, SIGNS W'x4D" BJO UNLESS OTHER1,0E a mm . SPECIFIED, y7 4. ALL SPACING MAY BE ADJUSTED TO Da' ACCOMMODATE AT GRAVE INTERSECTIONS 0'ROAD FlNDJOR DRIVEWAYS, W R 5. CONTRACTOR SHALL ALERT AFFECTED AHEAD RESIDENTS AND BUSINESSES 7 DAYS IN W20-1 ADVANCE OF START OF WORK, G. CONTRACTOR SHALL ALERT KENT SCHOOL DISTRICT AT (253) 373-7442 5 DAYS IN ADVANCE 01' START OF WI RIC 7. CONTRACTOR SHALL ALERT METRO TRANSIT 5 BUSINESS DAY IN ADVANCE OF START OF WORK AT conDtruction.coard@'kingcoontygav UPPER RUSSELL ROAD SOUTH REACH w. uruer u CITY OF ICENT 9 m °H1aR� —___— E C NOINEERINO DEPARTMENT q9E Nw.2015_ I'LA V i i I , m i LEGEND W JAMES ST 2 SIGN LOCATION (WOOD POST MOUNT) DISTANCE F ROAD YYPP BETWE.N SONS UR6AN MPH 200 FT 200 PT 6 RESIE NESS & 350 FT 350 FT tiU51S5 DISTRICTS 35/40 MPH RURAL ROADS & UR13AtJ ARTERIALS 500 FT 500 FT 45/55 MPH e 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT �O SPECIHCATIINTS. 2, PRIORITY PASSAGE. THROUGH WORK AREA FOR EVEROEICY VEHICLES SHALL BE PROVIDED AT ALL TIMES. I 3,ALL RGNS 48'x48' D/O UNLESS OTHERWISE SPECIFIED, 4.ALL SPACNG MAY RE AD LASTED TO ACCOMMODATE AT GRAOF INTERSECTIONS AND/OR DRIVEWAYS 5, CONTRACTOR SHALL ALERT AFFECTED RESYOCNTS AND BUSINESSES 7 DAYS IN ADVANCE OF START OF WORK. B. CONTRACTOR SHALL ALERT KENT$C11001. DISTRICT AT(253) 37E-7442 5 DAYS IN ADVANCE OF START OF WORK. 7,CONTRACTOR SHALL ALERT METRO TRANSIT 5 BUSINESS DAY IN ADVANCE OF START OF -- WORK A.i'consWalkn.osortltlkingcnwltygv UPPER RUSSELL ROAD �[CEAIT SOUTH REACH WI.�N11[PiON CITY OF KENT exwerc ENGINEERING DErARYMENY pF1EUlmTRUCK I I LEGEND s -'"_®.-—v GREEN RIVER TRAIL F ',.. ..,. .:.. ..1 ............ '. II I ^ GREEN RIVER f DETOUR ROUTE e Y ENHANCEMENT PEDESTRIAN 5 t t/p MILES AREA liar ?� BRIDGE I� aO GREEN RIVER TRAIL ODETOUR 1. O-../ e �7; ram► p ® NOT TO GREEN RIVER TRAIL - �: SCALE O DETOUR 1 � y:Q1 I�I I GREEN RIVER TRAIL DETOUR i � I VETERANS DRIVE_ 4 No it DE UR "•�. L. I 4 #' E11DEFNRIVER TRAIL A 5 226TH S- 7 LEVEE 60NSTRUORON¢ f) IIES""4, 11�4 FR '� I ' 3 . .v T ANo RUSSELL RDO.3/4 MILE 1<r� JL�} t /fP II„ 14 TO JUNE MIS ¢F v;ep 'V? -S, r()is�}: Ie•xoR' GREEN RIVER TRAIL ACCESS CLOSED AT JAMES ST. AND RUSSELL RO TT'O`a I 51}L38'IH h 1 u 01 I: q. \ilI +1 kf r� '+�!1� I � "\ Imo---I�fw.,� JAMES ST CLOSUREl— II G •' AREA�. yV, I V RUSSELL RO ';.lV Yi .s I�jy It 9�\ PARK ' F `� Is tt W. SMITH S. RIVER BEND O1 MEEKER i 1. (\tz RIVER BEND GOLF COURSE 1 - - - - GOLF COURSE a� �- 1t! 1�-- a)� #5 3/4 MILE II J O - 11r f Ill 'PEDESTRIAN BRIDGE V f jp it GREEN RIVER TRAIL DETOUR PLAN SR 516 TO S. 231ST WAY LEVEE IMPROVEMENTS — JAMES ST/RUSSELL RD REALIGNMENT 41cd1nnpMbN)W FS A I W GMMpM'M4W'.T.l%IPAM1[W PIPF4rv0.W1MO ta>:N:O]IH '. I I TABINDEX 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 Landscaping and Irrigation Specifications Tab 6 Traffic Control Plans Tab 7 Kent Standard Plans Tab 8 WSDOT Plans Tab 9 Product I nformation Tab 10 Environmental Permits Tab 11 Prevailing Wage Rates INFRASTRUCTURE, 's NAMe L BIDDER'S ���� CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR SR 516 to S 231st Way Levee I Improvements Russell Road Upper Levee - South Reach Project Number: 09-3006.2 BIDS ACCEPTED UNTIL June 9, 2015 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR I I • kIN( ' C OLIN f Y KENT FLOOD CONTROL WA5MINGT0N I ? T R l t 1 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR SR 516 to S 231st Way Levee Improvements Russell Road Upper Levee - South Reach Project Number: 09-3006,2 BIDS ACCEPTED UNTIL June 9, 2015 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 s TIMOTHY J. LAPORTE P.E, PUBLIC WORKS DIRECTORo��G r E StounzN �'?, 5 jz t�[ • r KING C.O NTY KENT ''' FLOOD CONTROL W A S IT Y N G T O N �. . - D I 5 T R I C T 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 Landscaping and Irrigation Specifications Traffic Control Plans Kent Standard Plans WSDOT Standard Plans Product Information Environmental Permits Prevailing Wage Rates I� 11 INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through June 9, 2015 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: SR 516 to S 231sh Way Levee Improvements Russell Road Upper Levee — South Reach Project Number: 09-3006.2 The project consists of construction of a secondary earthen levee along the Green River landward of the existing levee north of the James Street/Russell Road Intersection in Kent, Washington. The project will take place along a portion of the Green River Trail adjacent to the Lakes Community multi-family development. The new levee is approximately 1,600 linear feet of specific levee fill material with a crushed rock surface on top and topsoil and grass on the side slopes. The project also includes construction of a new drainage system at the levee toe, modification of an existing manhole, and a joint utility trench to relocate overhead power and communication lines underground. Other improvements include a concrete staircase, a gravity block wall, removal of trees and alterations to a City owned parking facility. The work is part of the City of Kent and King County Flood Control District's efforts to repair deficient levees to safety standards that exceed FEMA accreditation criteria. The project shall be constructed in the following sequence: 1. Removal of existing manhole structures and installation of new manhole structures and new 24" and 36" ductile iron drainage pipes. 2. Construction of new joint utility trench including vaults and conduits. 3. Allow for utilities companies to install services in joint utility trench and wreck out existing overhead services and poles. 4. Construction of new setback levee, and other improvements. 5. Restoration of site. I The Engineer's estimated range for this project is approximately $2,000,000 to 2,500,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Toby Hallock at (253) 856- 5536. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $50.00 for each set. Plans and specifications can also be downloaded at no charge at www.kentwa.gov/procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid is required. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 21st day of May, 2015. Ronald F. "6ore, City Clerk Published in Kent porter _ on May 29 2015 Daily Journal of Commerce on May 26 and June 2, 20.15 II I CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date iq C - U`) - 16 This statement relates to a proposed contract with the City of Kent named SR 516 to S 231s` Way Levee Improvements Russell Road Upper Levee - South Reach Project Number: 09-3006.2 I am the undetd ed 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. S I INFRASTRUCTURE9 LL NAME OF BIDDER SI NATURE/TITLE L; AF? I ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) SR 516- S 231"Way Levee Improv./Hallock 1 May 22, 2015 Project Number: 09-3006.2 I i DECLARATION j 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: c " For: S 9 INFRASTRUCTUW LL Title: C -T J 'f Date: SR 516 - S 231`t Way Levee Improv./Hallock 2 May 22, 2015 Project Number: 09-3006.2 CITY OF (CENT 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. SR 516- S 231`t Way Levee Improv./Hallock 3 May 22, 2015 Project Number: 09-3006.2 l CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of 'SCE 11NFRASTRUCTURE, LLC Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as SR 516 to S 231st Way Levee Improvements Russell Road Upper Levee — South Reach/Project Number: 09-3006.2 that was entered into on the (Date) , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: � For: JCa Title: '� � Date: q -v5' SR 516—S 231"Way Levee Improv./Hallock 4 May 22, 2015 Project Number: 09-3006.2 I, i PROPOSAL i To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that SCI I F ASTRUC UR , LL B has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named SR 516 to S 231s` Way Levee Improvements Russell Road Upper Levee — South Reach/Project Number: 09-3006.2 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. SR 516 - S 231"Way Levee Improv./Hallock 5 May 22, 2015 Project Number: 09-3006.2 i SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT j -- I 1000 1-09.7 1 Mobilization $ ; 35"-V06$ coo WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $ d $ WSDOT LUMP SUM Per LS 1010 2-02.5 3,000 Remove Existing Asphalt $ $ d rj O KSP SQ YDS Concrete Pavement Per SY 1020 2-02.5 500 Remove Cement Concrete $ -,S�— $ � [1 KSP SQ YDS Sidewalk Per SY 1025 2-02.5 200 Remove Existing 12" f ` KSP LN FT Watermain Per LF r4a5- 1030 2-02.5 200 Remove Cement Concrete $ j $ KSP LN FT Extruded Curb Per LF 1035 2-02.5 1 Removal of Traffic Islands $ KSP LUMP SUM and/or Traffic Curb Pei LS 1045 8-21.5 1 Removal of Traffic Signs $ 2r O170 s $ Z-,0 " KSP LUMP SUM Per LS 1050 2-02.5 400 Saw Cut Existing Asphalt $ "` $ it KSP LN FT Concrete Pavement Per LF 1065 2-03.5 750 Unsuitable Foundation $ !� � $ d3; it WSDOT CU YDS Excavation Incl. Haul Per CY SR 516- S 231"Way Levee Improv./Hallock 6 May 22, 2015 Project Number: 09-3006.2 i SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5LA C 1075 4 03.5 500 Gravel Borrow, Including Haul $ / $ f��l) * KSP TONS and Compaction Per TON ($2.50 Min) 1076 4-03.5 45,000 Low Permeability Fill for Levee $ & '' $ * KSP TONS Embankment, Including Haul Per TON and Compaction 1077 2-03.5 1,600 Inspection Trench $ l $ 161 Ef�l KSP LN FT Per LF 1080 4-04.5 1,800 Crushed Surfacing Top $ d y $ * KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 1085 4-04.5 330 Crushed Surfacing Base $ f $ 7 KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 1095 5-04.5 280 HMA Class 1/2", PG 64-22 $ KSP TONS Per TONi �f/ 1125 5-04.5 40 Cold Plant Mix for Temporary $ ! � ,— $ 06 KSP TONS Pavement Patch Per TON (, d � 1145 8-14.5 290 Cement Concrete Sidewalk $ � $ KSP SQ YDS Per SY 1205 8-04.5 220 Cement Concrete Curb and $ 36 - - $ pC�c,C KSP LN FT Gutter Per LF * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. SR 516- S 231"Way Levee Improv./Hallock 7 May 22, 2015 Project Number: 09-3006.2 SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT I I 1210 8-04.5 100 Cement Concrete Extruded $ C $ Ze 606 KSP LN FT Curb Per LF 1253 8-26.5 6 Remove Existing Bollard $ KSP EACH Per EA J 1255 8-12.5 130 Remove Fence $ `` $ eeaC KSP LN FT Per LF 1260 2-02.5 2 Remove and Relocate Kiosk $ 21�W- $ 2i KSP EACH Per EA lJco- �6�ca�' 1270 8-12.5 1,900 Temporary Fencing $ �� " $ KSP LN FT Per LF 1290 8-26.5 12 Install City Supplied Fixed or $ �OV ' $ KSP EACH Removable Bollard Per EA 1315 8-28.5 20 Pothole Utilities $ 2�;-" $ ; KSP EACH Per EA 1320 8-30.5 2 Project Sign Installation $ 45P $ ' KSP EACH Per EA 1350 8-24.5 440 Gravity Block Retaining Wall $ -31 $ KSP SQ FT 4 Foot and Less in Height Per SF 1352 8-31.5 1 Install Concrete Stairs $ '9'71)"$ 1.r 709— KSP LUMP SUM Per CS SR 516-S 231"Way Levee Improv./Hallock 8 May 22, 2015 Project Number: 09-3006.2 SCHEDULE I — LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1355 1-04.4(1) 1 Minor Changes per$10,000.00** $10,000.00 WSDOT CALC **Common price to all bidders Schedule I Total $ I SR 516- S 231-"Way Levee Improv./Hallock 9 May 22, 2015 Project Number: 09-3006.2 i SCHEDULE II - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2030 7-04.5 60 Storm Sewer Pipe, 8 Inch $ �' $ KSP LN FT Diameter Per LF 2035 7-04.5 120 Storm Sewer Pipe, 24 Inch $ 1 2& "4 $ JP I C,LB KSP LN FT Diameter Per LF 2040 7-04.5 5 Storm Sewer Pipe, 36 Inch $ '4�gJ'e $ � `�J KSP LN FT Diameter Per LF 2080 7-05.5 1 Catch Basin, Type I $ LAG $ KSP EACH Per LA 2090 7-05.5 6 Concrete Inlet $ 6 av-, $ fA pew — WSDOT EACH Per EA 2095 7-01.5 230 PVC Drain Pipe 8 In. Diam. $ '-'" $ � me KSP LN FT Per LF 2130 7-08.5 1 Abandon Existing Storm $ d '$ r 0 KSP EACH Sewer Pipe Per EA 2135 2-02.5 130 Remove Existing Storm Sewer $ $ ( �' KSP LN FT Pipe or Culvert Per LF 2145 2-02.5 1 Remove Existing 54" Manhole $ $ 5 - (x " KSP EACH Per EA 2147 2-02.5 1 Remove Existing 72" Manhole $ $ �'C5 KSP EACH Per EA SR 516- S 231"Way Levee Improv./Hallock 10 May 22, 2015 I' Project Number: 09-3006.2 i i SCHEDULE II - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7 2150 2-09.5 2,000 Shoring or Extra Excavation $ 0 w $ `1 WSDOT SQ FT Class B Per SF 2170 7-08.5 250 Pipe Zone Bedding $ ip — $ 4- Sit KSP TONS Per TON 2175 4-04.5 1 Crushed Surfacing Top $ I ! f $ * KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 2180 7-08.5 1 Bank Run Gravel for Trench $ ;?J— $ KSP TONS Backfill Per TON ($21150 Min) 2185 4-03.5 500 Gravel Borrow, Including Haul $ 16, $ KSP TONS and Compaction Per TON ($2.50 Min) 2190 7-01.5 800 Gravel Swale Trench $ 4-1 — $ KSP LN FT Per LF .� 2195 7-05.5 2 Manhole 60 In. Diam. Type 2 $ 60 - $ 10,40e'F KSP EACH Per EA 2200 7-05.5 1 Waterman Model C-20 $ ` / $ l' Z')ed KSP EACH Canal Gate Per EA 2210 7-04.5 1 Restore Private Drainage $10,000.00— $10,000.00 KSP FORCE 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. SR 516- S 231't Way Levee Improv./Hallock 11 May 22, 2015 Project Number: 09-3006.2 SCHEDULE II - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Schedule II Total ja.,-1 o f I SR 516- S 231"Way Levee Improv./Hallock 12 May 22, 2015 Project Number: 09-3006.2 SCHEDULE III - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3005 1-10.5 1,500 Traffic Control Labor $ 50 $ 115, 000 KSP HOURS Per HR 3010 1-10.5 200 Construction Signs Class A $ [ 2.. — $ � )�' WSDOT SQ FT Per SF 3015 1-10.5 500 Traffic Control Supervisor $ 6 T" KSP HOURS Per HR 3020 1-10.5 1 Temporary Traffic Control $ 1,at!.� $ �, b KSP LUMP SUM Devices Per LS 3030 1-10.5 100 Portable Changeable Message $ d 6P $ l 1)16 f KSP DAYS Sign (PCMS) Per DAY 3060 1-10.5 6 Type III Barricade $ e:)o— $ ®> KSP EACH Per EA Schedule III Total $ -L® led I SR 516— S 231"Way Levee Improv./Hallock 13 May 22, 2015 Project Number: 09-3006.2 SCHEDULE IV - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4000 8-32.5 1,500 Joint Utility Trench $ ���� $ '3.®� KSP LN FT (4 Ft. Wide, 3 Ft. Cover) Per LF I 4010 4-04.5 300 Crushed Surfacing Top $ I 3 $ 14 KSP TONS Course, 5/8 Inch Minus Per TON P 4020 8-32.5 2 PSE-Vault Excavation and $ d A $ KSP EACH Installation (575) Per EA 4030 8-20.5 3 Junction Box, Type 1 $ 666 — $ KSP EACH Per EA 4040 2-09.5 670 Controlled Density Fill $ 166 P $ ` � WSDOT CU YD Per CY 1 c°'Za 4050 8-20.5 1,500 Supply and Install 4 Inch $ f �� ` $ TO KSP LN FT Diameter Schedule 80 PVC Per LF Conduit 4060 8-32.5 1,500 PSE - Installation and $ $ L,0 KSP LN FT Proofing of 4 Inch Diameter Per LF PSE Conduit 4070 8-32.5 2 Comcast - Vault Excavation $ 60 - $ t t &60 — KSP EACH and Installation (2436 Open Per EA Bottom Vault) 4080 8-32.5 1 Comcast - Vault Excavation $ $ ®� KSP EACH and Installation (3048 Open Per EA Bottom Vault) 4090 8-32.5 4,500 Comcast - Installation and $ j:Z� $ Z,j S KSP LN FT Proofing of 4 Inch Diameter Per LF Comcast Conduit :e #03 G-JG� „I SP,516 - S 231`t Way Levee Improv./Hallock 14 May 22, 2015 Project Number: 09-3006.2 I SCHEDULE IV — ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PR>ICE AMOUNT 4100 7-08.5 450 Low Permeability Fill $ `( $ co�> -`"" * KSP TONS Per TON Schedule IV Total $ 166, SR 516- S 231"Way Levee Improv./Hallock 15 May 22, 2015 Project Number: 09-3006.2 i I SCHEDULE V - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5000 8-01.5 3 Seeding, Fertilizing, and $ $ , KSP ACRE Mulching Per AC 5005 8-01.5 1,500 Silt Fence $ — $ a `/'� KSP LN Fr Per LF 5010 8-01.5 600 Straw Wattle $ $ / WSDOT LN FT Per LF . 5015 8-01.5 4 Inlet Protection $ z)— $ ~, KSP EACH Per EA j1C" 5020 8-01.5 10,700 Straw Mulch $ $ ` }� KSP SQ YDS Per SY 5025 8-01.5 10,700 Clear Plastic Covering $ /-- $ � �I KSP SQ YDS Per SY 5030 8-01.5 200 ESC Lead $ 75" $ J 9vo- KSP HOURS Per HR 5055 8-01.5 1 Erosion/Water Pollution $10,000.00** $10,000.00 WSDOT FORCE Control Per FA ACCOUNT **Common price to all bidders 5060 8-01.5 1 Baker Tank $20,000.00** $20,000.00 KSP FORCE Per FA ACCOUNT **Common price to all bidders 70 Schedule V Total $ SR 516 - S 231"Way Levee Improv./Hallock 16 May 22, 2015 Project Number: 09-3006.2 ill I SCHEDULE VI - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT i 6005 8-02.5 1,800 Topsoil Type A $ 3 7 — $ �r G ed KSP CU YDS Per CY 6010 8-02.5 1 Roadside Restoration Planting $ ?Z' $ KSP LUMP SUM Per LSD 6015 8-03.5 1 Irrigation System $ j V,3--$ KSP LUMP SUM Per LS 6020 8-02.5 1 Neely Soames Homestead $ f �� $ KSP LUMP SUM' Site Restoration Per LS Schedule VI Total $ r o SR 516 - S 231`t Way Levee Improv./Hallock 17 May 22, 2015 Project Number: 09-3006.2 BID SUMMARY Schedule I /h Adr fit;I t ,i d Z to 7 `� 3 �a 5 Schedule II r Schedule III it L 1 Schedule IV Schedule V �l Schedule VI SUB TOTAL 9.5% SALES TAX TOTAL BID AMOUNT SR 516-S 231"Way Levee Improv./Hallock 18 May 22, 2015 II, Project Number: 09-3006.2 i 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: SR 516 to S 231st Way Levee Improvements Russell Road Upper Levee— South Reach: Project Number: 09-3006.2 Subcontractor Name f Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers I Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE SR 516- S 231"Way Levee Improv./Hallock 19 May 22, 2015 Project Number: 09-3006.2 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: � IN ASTRIJC'TU ' LLB' Project Name: SR 516 to S 231s` Way Levee Improvements Russell Road Upper Levee — South Reach Project Number: 09-3006.2 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name: Signature of Bidder Date SR 516- S 231"Way Levee Improv./Hallock 20 May 22, 2015 Project Number: 09-3006.2 f CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.3S0) THE CITY WILL REVIEW THE CONTRACTORS 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. SR 516 - S 231"Way Levee Improv./Hallock 21 May 22, 2015 Project Number: 09-3006.2 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: ADDRESS: PRINCIPAL OFFICE: ADDRESS: PHONE: FAX: I. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). SR 516 - S 231"Way Levee Improv./Hallock 22 May 22, 2015 Project Number: 09-3006.2 r i I 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? SR 516- 5 231"Way Levee Improv./Hallock 23 May 22, 2015 Project Number: 09-3006.2 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. S. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. SR 516- S 231"Way Levee Improv,/Hallock 24 May 22, 2015 Project Number: 09-3006.2 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this day of 2015. Name of Organization: By. Title: 7.2 being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this day of 2015. Notary Public: My Commission Expires: SR 516- S 231"Way Levee Improv./Hallock 25 May 22, 2015 Project Number: 09-3006.2 City of Kent CONTRACTOR'S QUALIFICATION STATEMENT The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: SCI INFRASTRUCTURE,LLC NAME: Jennifer Scoccolo ADDRESS: 2825 S 154th Street Seattle, WA 98188 PRINCIPAL OFFICE: SAME, Phone: 206-242-0633 Fax: 206-242-0792 1. STATUTORY REQUIREMENTS 1.1 Copy of Department of Labor& Industries Certificate of registration: •. is i$ , r �i1 J1 �i , . 'pi t /m '#}�T p Y t aT 4' �Il FAA8.T�TJ I"t1RV,t,L�S 1 t Q fox 444SU s � ( I � t I � Il f I ', � � r i 7 i.. I I r;i7 sl ii -v Is i�� i Ii1� LU� �N i �t i Tt ' 5 i�? as ,da«tptkt � R �$e t lI ] TNIIA�U � -ItLa+ v i " ')i ESt ��tQ � '� 85CY.11"Fi`1.. `F1T `kT q t t��, � ft6tr73 �-kS' tL�S. .�t �l s� ln 41'# ��~1• � IsIs IsIs Is Is t 21.r, i iili Is 1 > > x IA Ii� z ft F r t" ii I�i lir iJ i J Statement of Qualifications City of Kent June 9, 2015 1.2 Current State UBI Number: 602 094 857 i BUSINESS LICENSE WATT at wnsn,errt+yN - y Unified BUainew ID is 602 094 857 ➢omAatie Limited Liability I:ompeny Buci.mac I➢ B: 1 Location, 1 { Expires, 07-3I=2015 SCI ENFRAsTRUGTURE, L.L.C. ?; 2825 S 154TM ST SEATTLE NA 9018E , '�•� TAX REGISTRATION INDUSTRIAL INSURANCE ;1 UNEMPLOYMENT INSURANCE CITY LICENSES/REGISTRATIONS: BELLEVUE GENERAL BUSINESS 0063463 S UNNER GENERAL BUSINESS MARYSVILLE GENERAL BUSINESS 80444CON908 (EXPIRES 01-31-2025) SAMMAMISN GENERAL BUSINESS (EXPIRES 01-31-2015) LICENSING REST"RLCTIONS: 1 City of Bellevuw - Must comply xIth all Moms Occupation exemption 1� I y criteria. Not licensed to hire minors without o Minor Work Permit. �i d$ yr Tol .kcumcnN Bs�he regls[rtl is rdarsmnse i 111em➢Sn Fl� r d+ +leas auxss " i n3medabcve By epUntilhbdoc n- 11he@a n Pie o of , +h.Rp la ,m �; con,glhfr, l ue me xc.th,,fl th'Mat,f Msnrin k wl tg ..d ,,,.[ B ,, y .� tnnauau.f in[nmphanco Wrch',il tpplresbla 4V fny�unua.,.. , d.iryrog�lnirzns 6hc.,ar, m.ran,u I . 1.3 Copy of Master License Service: See Above. Employment Security Department: 148451-00-0 State Excise Tax Registration: 602 094 857 SCI Infrastructure, LLC Page 2 of 6 Statement of Qualifications City of Kent June 9, 2015 1.4 SCI Infrastructure, LLC, including any subsidiary companies or affiliated companies under majority ownership or under control by the owner's of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). �A Manager 2. ORGANIZATION 2.1 Our organization has been in business for 63 years. 2.2 Our organization has been in business under its present business name for 14 years. 2.2.1 Our organization has formerly operated under the names: Scoccolo Construction, Inc. Scoccolo Construction Company 2.3 Our organization was incorporated in 1965 and now operates as a limited liability company in the state of Washington. 2.3.1 Date of incorporation: 1965 (formed SCI April 1, 2001.) 2.3.2 State of Incorporation: Washington 2.3.3 N/A 2.3.4 N/A 2.3.5 N/A 2.3.6 N/A 2.4 Our organization was incorporated in 1965 and now operates as a limited liability company in the state of Washington. 2.4.1 April 1, 2001 2.4.2 Limited Liability Company 2.4.3 General Partners: Scoccolo Construction, Inc. & Mountain Pacific Contractors, Inc. 2.5 N/A 2.6 N/A SCI Infrastructure, LLC Page 3 of 6 Statement of Qualifications City of Kent June 9, 2015 3. LICENSING 3.1 Jurisdictions and trade categories our organization is legally qualified to do business with: State of Washington, Contractor's Registration No. SCIINL*993JA Department of Labor & Industries Account No. 009, 814-00 3.2 Jurisdictions in which our organization or trade name is filed: State of Washington State of Oregon State of Idaho State of Montana 4. EXPERIENCE 4.1 Categories of work that our organization typically performs with it's own forces: Excavation, Sitework, Underground Utilities, Trucking, Concrete (flatwork, retaining walls,vaults, etc.) 4.2 Claims and Suits 4.2.1 Our organization has never failed to complete any work awarded to it. 4.2.2 No judgments, claims, arbitration proceedings or suits are pending or outstanding against our organization or its officers. 4.2.3 Our organization has not filed any law suits or requested arbitration with regard to construction contracts within the last five years. 4.3 Within the last five years, no officer or principal or our organization has ever been an officer or principal of another organization when it failed to complete a construction contract. 4.4 See the attached list of the major projects our organization has in progress. 4.4.1 The total worth of work in progress is: $12.8 Million The total worth of work under contract is: $23.1 Million 4.5 Seethe attached list of major projects our organization has completed in the past five years, with the name of the project, owner, architect/engineer, contract amount, date of completion, and percentage of cost of work performed with our own forces. 4.5.1 The average annual amount of construction work performed during the past five years is $19 Million. SCI Infrastructure, LLC Page 4 of 6 Statement of Qualifications City of Kent .Tune 9, 2015 4.6 Construction experience and present commitments of key personnel in our organization: Mark Scoccolo: Company Manager — IIas been in the heavy, civil, construction business for over 24 years. Starting in the field and working his way through the various roles as superintendent, estimator, and project manager, Mark currently manages the day-to-day operations of personnel, management, and finance. Patrick Scoccolo: Equipment/Claims Manager — Started with SCI in 1987 as a foreman, moved up to field supervisor, general superintendent, as is now in the office as a project manager. He has experience coordinating manpower and equipment to properly staff each project. Tyson Lashbrook: Project Manager — Started with SCI in 2000 as a foreman, moved up to field supervisor, and is now in the office as a project manager. He has the field and management experience to be a well-rounded manager of time, money, and resources. Jennifer Scoccolo: Contract Manager — Worked for Sellen Construction, a local general contractor for over seven years before coming to work for SCI. Jennifer has a strong background in concrete, both cast-in-place and precast. Jennifer also has extensive experience with AutoCad and earthwork volume calculation software (Sitework 98 / Graphic Grade). Currently handles payment for contract and extra work. Our organization has over 4 Field Supervisors, most of them have worked with SCI for numerous years. These are the people who direct field operations on the projects and maintain communication with the office through the project manager or project engineer assigned to the project. 4.7 See attached list of major equipment owned by SCI Infrastructure and available for use on this project. 5. REFERENCES 5.1 Trade References NC Machinery, PO Box C-34936, Seattle, WA (425) 251-5800 Mack Trucks, Inc., 25619 Pacific Hwy S, Des Moines, WA (253) 529-0258 5.2 Bank References Opus Bank, 1401 4`h Ave, Seattle, WA 98101 Contact: Rachel Thacker 425-956-1112 SCI Infrastructure, LLC Page 5 of 6 Statement of Qualifications City of Kent June 9, 2015 5.3 Surety Bonding Company: NAS Surety Group 1420 51' Ave, Suite 2200, Seattle, WA 98101 Bonding Agent: Hentschell & Assoc. 621 Pacific Ave, Suite 400, Tacoma, WA 98402 6. Financing 6.1 (6.1.1) After bid opening, financial information may be required by the City. 6.1.2 Bernston Porter& Company, PLLC 155 108'' Ave NE, Suite 510 Bellevue, WA 98004 800-876-6931 6.1.3 After bid opening, financial information may be required by the City. If requested, the relationship and financial responsibility of the organization is identical to that named on page 1. 6.1.4 N/A 6.2 The organization whose financial statement may be requested after bid opening, will act as guarantor of the contract for construction. 7. Signature 7.1 Dated at this 9th day of June 2015. Name of Organization: SCI Infrastructure, LLC Title, Contract Manager 7.2 Jennifer Scoccolo, being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this 9th day of June 2015. Notary Public: Ljgi�' NOTARY PUBLIC My Commission Expires: 02/17/17 HINGTON SCI Infrastructure, LLC MARKSCOCCOLO Page 6 of 6 COMMISSION EXPIRES 2-17.2017 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 80 working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 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 t to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. r'DATE: SCI 11NFRASTR� CTURE, LLC V A N or �, Z-C 1 � NAME OF BIDDER BY: Signature (Print Name and Title) Address t ' / r SR 516- S 231"Way Levee Improv./Hallock 26 May 22, 2015 Project Number: 09-3006.2 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, SCI Infrastructure, LLC as Principal, and North American Specialty Insurance Company , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent(5%)of Total Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for SR 516 to S 2315t Way Levee Improvements Russell Road Upper Levee — South Reach/Project Number: 09-3006.2 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this band. SIGNED, SEALED AND DATED THIS 9th DAY OF June 2015. SCI Infr tr reC PRINCIPAL -0T6rth'Amencan Special y�surance Company t,SLAETY Reinkensmeyer 20 Received return of deposit in the sum of $ SR 516 -S 231"Way Levee Improv./Hallock 27 May 22, 2015 Project Number: 09-3006.2 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WAS11INGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: THOMAS P.HENTSCHELI.,BRADLEY A.ROBERTS,JULIE,A.CRAKER, KAREN J.SMITH and JOANNE.REBIKF.NSMEYER JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-im-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9s'of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seat of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate rotating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." \00111I01fgq/. n"onunmvul, 01Aq AU,TtV/, 4ii pS10Ngt R° f'OpPoh'>Fogv4 By xi SEAL in_ Steven P.Andeno,Senior Vice President of Wnahingtonlntcmfitlnnnilnmranee Camp¢¢y ?¢aj iZR 7073 eInQn\ &Semler Vice Pr¢videnl nr6or[h America¢Specmlty l¢sormce Compmy 'n '43 HAMP'� • 1, g.O /iRNIIIIIIIIP\\\\ By 4J •'�'••••* Michael A.Ita, rnmr m re.¢ en of nah,ngtnn nternodonvlTnwrrance Company PoOpnhIM &Senim Vlre President of Fort4 Americmi Specialty insrtnnce Company '. IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 1st day of May 2015 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook SS: On this 1st clay of May 2015.before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito, Senior Vice President of Washington International Insurance Company mid Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duty swom,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL _ M KENNY [N01-A,RYPUBLIC,STATE OFILLINOISM.i<enny,Notary Pvbiic MMISSION EXPIRES 12I0M2017 I, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this/-ilday of 20 Jcfrcy Grodber®,Vice Pruident&Anslsonl Sccmiaryrf Wmhin6lon lotcrnational Immonee Company&North American Spucewlty Insaranoe Company CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. SR 516 to S 231st Way Levee Improvements Russell Road Upper Levee — South Reach Project Number: 09-3006.2 I NAME OF PROJECT SCI IN RASTRUCTURE� LLC NAME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER SR 516- S 231"way Levee Improv./Hallock 28 May 22, 2015 Project Number: 09-3006.2 '.. This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER Date: Change Order No.: 1 City Project Name: Project Number: Contractor: Original Contract Date: This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. The section of the Agreement which outlines the Description of Work, is hereby modified as follows: Provide all labor, materials, and equipment necessary to: 2. The contract amount and time for performance are hereby modified as follows: Original Contract Sum, Including $ applicable alternates and WSST. Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Original Time for Completion Working days Revised Time for Completion under -0- Working days prior Change Orders Days Required t for this Change Order -0- Working days Revised Time for Completion Working days SR S16 - S 231"Way Levee Improv./Hallock 29 May 22, 2015 Project Number: 09-3006.2 I�i In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest or claim it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte, P.E. Its Its Public Works Director (Title) (Title) DATE: DATE: SR 516- S 231"Way Levee Improv./Hallock 30 May 22, 2015 Project Number: 09-3006.2 1 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................13 Orderof Contents.................................................................................ET Invitationto Bid...................................................................................13- ContractorCompliance Statement........................................................El Date............................................................................................0 Have/have not participated acknowledgment.............................13' Signatureand address ................................................................11 Declaration - City of Kent Equal Employment Opportunity Policy ........03 Dateand signature .....................................................................13" AdministrativePolicy ...........................................................................13-1.. Proposal...............................................................................................d First line of proposal - filled in ...................................................0' Unitprices are correct ................................................................13 Bid the same unit price for asterisk (*) bid items.......................0" Minimum bid prices are correct...................................................0" Subcontractor List (contracts over $100K) ..........................................13 Subcontractors listed properly....................................................Od Signature....................................................................................0, Subcontractor List (contracts over $1 million).....................................Cr Subcontractorslisted properly....................................................0 - Dateand signature .....................................................................0 , Contractor's Qualification Statement ...................................................0� Complete and notarized 13! ProposalSignature Page..............:.......................................................0 All Addenda acknowledged .........................................................®� Date, signature and address .......................................................C3 BidBond Form .....................................................................................Er Signature, sealed and dated........................................................Er Powerof Attorney.......................................................................13' (Amount of bid bond shall equal S% of the total bid amount) Combined Declaration Form.................................................................0, Signature....................................................................................Ei'' ChangeOrder Form..............................................................................1:3 Bidder's Checklist ................................................................................0- The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. 8) 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 �I To be executed by the successful bidder AFTER COMPLETION of this contract. SR 516- S 231"Way Levee Improv./Hallock 31 May 22, 2015 Project Number: 09-3006.2 W O N N O r f9 tO O < II N O r O N M r N HQ 'o n r r N m m m t° umi m i z 0 I 69 f9 fA fA N f9 69 H �9 M I h Vl N N V1 h N O (/J U p tti of Z 2 U' m m p M U lwi O Q Q Q 2' a o F W J 0 F '. U o 0 o O o 0 0 0 o p r N p M 6 W c2 d> D7 V' T f0 n M a0 U O O O N O D) N Kl O O W 0 0 0 0 o m n o O rl� vi of ui h W = �..� 0 J aQ LLJ ea en w M w et » F» en » w W W L) 0 a ¢ N E m z� F W E !? 'a U m F- z `w jLLJ w ~ m m m ' LL E c m rn > m p d' U 5« o ie � N a n Y ¢ � W � E Z z U O c afo u NY m yy w � UL � c ym u o 6 N N a) Om O O O W ED3 N U N (O FL N N O N O N 10 N (p > O x LL N > U VI V v C v .Lr m i L O O W d, {2 O O �L cL L O .� mmm = a m Eo ua'. can U E � ONO M z � N � g w `m `m _ c Z5 w '0'-' m zF m o o w E a EowN z. OM i Q n �+ Y y a 'a oo vN E 8 Q E ¢ Q N 1p E' O U N W W ¢ Y QMc min U E ai E ai N lO O V L O C c N L N d F � OI T 3 ._ p� t L W V j LL=. N ¢ U d m U m U N m V LL co 2 m k " ` O " 0 O 2 N O O ,� W fn O O N M O C N O N W in W m daO � ¢ o.� o a U 100 om Y o r � n r o H r 0 ^ M o_= a `o mM m N a o of UTi rn MNm z C (imN aM a coo Wm hOf 6" O o"O W y imN N M � eE N ¢ 2 - 2 ¢ ¢ c>O U � O .E ooU 0 E ¢ 7�5 H m5 i, Nd C C = C i OO m c o rnU Q ' V 7Uc X . m Mc @v oaW E QY2z o o m m o oQo v "rn > E Z TN C21VN v O wO M mQ Q 0 6 N ¢ ' j m o m d N h = LL m LL O O J M QI Q N K LL o0 0 0 � o m e p p N O O O O O Q d N N ry N N N N N O W p W O O N O p O p Q M Z Z Z D = m o W C w v y C y en O C = C � O Y m o o m E ^ > c V U O M u > m o f K0 5 c o W m `� F W 60 Oj m m U = c yU ? Y O TJ N J a C m >i C D V D 3 N 2 ry O J O` Y J W O 16 U O � O O O M l0 O V O 4l V N N W Z I ry O O r N O O r Q W M O r M J W O V V N N N r M O 6 N m co h N m 01 J (/� O O a m N H � m men com rn r LLI U a Q W F— o LL Ow OLL OLL O W Ow OLL m d U > o p o W m $ r m f- E c a Q J W o c .o E N o p a F m o p t _ Z .o .� m v K Z 0U m > cti 2 m o 4' Q v K n W 0 N >, w pQ a > d 2 o ry m L .o o _a` V E Q U Eo E �O Q @ m E w R Q m > 2 rn m o d D a h g ¢ o cv � Imli v v N C M w h N N Z i0 W w w N C M v a C N (' = Z O O C O C n O W Q t N J U L V = M O U O E m ¢ 6 NN > NOT CM MM O (7 z Z u) or W m w0 QMC7N a w + + W N W U x f0 C O Q6 Z O ^ Lu O M M W O O (� W V yj ` N � p NON N .0 mW �n E $ Om N N Ot0 a_ wO F N W N O O dKm en m 0 en Q N 55 D apo M W O N N O > 01 O � � K o ` N N Z m � ` m m v OQNO wZmJ + ' m N E Q � Z'c > J a� a rO N mv t O o c o ` O m Y s v o v v J O U c aa m Q } § \ }} ; CD \ 2 £ \\ \ \ \ \ « t - 7 / j ± / / 2z 2 { E ) § \ ] - - - - , - - - � § § 2 0 = o = u -1 / \ \ \ 0 \ \ \ ¢ k � - ® / 00 � \ }\ s} } ! �.6)> _} \j \/ /§ ; \ \ {\ /a a- D® ) } ` - \ }) / ) \( a\ } { } )} }\ } \\\) \ } \}) 0 \ \ \C) \ \ ) {\ \ / \ \ \ W § - ` U m Z O O O O W m O O o ❑ ❑ N M N N M N M '... N N N N O O j C O Z w cl v w ai d Ili m E ". or m � � E yl N N T J E u'� ° 3 c " Y `p E m to rn -Oa m p C C U O C E v 2 d m J N C N 6� O N d XUX fn 7 � W �i fn N D v 2 D W Q W o O O Oo 0 o O O O O O O O O O V F O h p O O O O U Z o O J W ] � O 10 � O � O O W h ¢ N W m � O O U J p N V M C N O O N m N � W r ° 3 -p mo �= a W J v m v v W Q J F c v m Y o p v U t m d r _ c ao m� m�,g aaio U. Oin o w ¢ p d n Vof S d O O N J lY D v N V 7 (/� d m a'r E � = rn �i [ ° 0 ° af m N N N C C WU O1 O O O O W W C N N F z U C U U E V y U y € Z [L' O E T T T w ¢ N O 'dr v E v E v v ro c N v v v v m LL E N ¢ c G C Q c ¢ c o m o JN Yain 7 W � W � W 7 W W Q W S N O > v m r o m g Q o V -m m v v o M N V O E ¢ Z O UnvoEONNur. WQW� cNcMvCNJ v C'❑Uuy�r co a�OmE7' ONO�N ioy �v'�Nc Dmmrn�7 Wmo c -vpc �JU> Yrn¢ NL9vc CWV V N m EmT NNOoa`c6°) Z W O O Co� ah2Z O Oh 4o N rn o m > U ri y C o v � Q mU w0025a w ,E p O f f Wo omo a a m Vo � m. v °�ai „ m E ¢ gy o tm ¢ m ¢0m > E ° an n2 O N J J 3 a W O N v W 0 m nHam ¢ Y j J M m of S ❑ mLLm U« D D O n m W ❑ 0 CD W U = ❑ 0 (D W N = U — 'i. ! r / \ / \ \ \ f) / 25 § ) - � \ : ) { ) - / ) \ \ \ \ }\ \ \\ /u \ j } 2 z § / ( _ E ` \ ] - � { ( j � E \ \ \ k / \ \ \ _ ME \ ) & _ ) § ƒ ) } } / j § a ) - ) < ( \ \ \ \ ) j ) � + $ - ) � � k t = [ - - co \ ) ) ti & m • ` \ ) : _ \ ( \ { } 0 5 ) \ {) § \\ 3 ) \\j \} \{7 \ i \ } \ < \ � » ) \ � /m ! \ \ ) z\ ! f ; l7 < : \ ) / \ \ \ ) \\ ) ) / \ {! \ \ \ 7 ƒ \ / ) $ : ( j / 0 /\ \) ) \ ) j } \ f Y O e a o 0 0 o z p0 In p iA O N Op O O Z O N N N N N N N N N W W W � I U_ w V W E O _ C O '_ > w y O W C 6 N E U a w E m o v > c E 0 c o 0 m m D c d N 2 2 m E cw w o p o c m m w m C m C W O W In W w W o O o M w o 0 0 47_ OJ O) O O J (n O O � m t7 y O N w O_ L U 1.! W fR f9 fA N ffl fA E9 EA 7 U Wr N N a. W L E E H N a w rn Q J H w 'TON > m fCnrn `o a w Z LL W C9 h OwU I 1 N o O oU r :ccm Cm7 secm w' 0 Q � 2 0 a O Q C O N U M D• c E2 W W W V '� w Z ~ 37 O' a) V W O tLiN UN c > Q m a a yy EQ yy ZK 'mQ �: wQ W N O O T m 0) CD m C 7 C « « w N W 2 N ~ 2 N w O m C N C O _ v M v rc V 10 O O M aM 0 Q Z M CM m W M N O LD C 9 Tl N N 2 W O t R c C7 �� o N m c+ m utOi rnm Q io � 20 o m 0 r ¢ V h TN C QE_ NN W Oo aO x Cwrnm UNrM f0j YUOOO t�dNOci ONO 0 EE EoYO jz:4 U .. E v ° Q o V Om EO E N O 0 ¢ � c E O YNO N Q3 S0 E > m :s , N C mn E Op N U�p mmUHE (.7 H 0 UN Q (n 0NUN O. C) QI- U QY 7 LLN 0N Q i 0 f ) / \ % ) § { / \ \} \ \ \ \ w \ w f \ \\ ) k \ � « \) / ; - ) , _ - / 7 ) # ic / § i \ \ m } { / ) ) } ƒ / } 0 m ) - Ld § § ) ! \ m \ ( \ \ \ ® \ \ ) \ � - a � ! k , § § - _ S ! 9 E ! _ - k }} 1 jE 2E ; f 7 / � \ � w ; \\ Li ; { 13 - ! \ j ( \ \\ )_\ \ § ; \ { ) {} \ ) \ \/ , ` \\ \ \ \ \ � � \ - { ` ) (§ \ « § \ / j [ƒ ` / /{ ! « ! : 0v \ \ \\ : / / { / \) \ ] FoEm {; ! ! : \ 7& ±\ }] ±; ) / / / } j {( 0 { \ } W K Y O o z m m m m e O ; �� ❑ v m c v a Ili � O N N N N N O w U Q ❑ p z LL O I ro c 0 o m N U m C o c E O Ew'f o d � xa o N c aoi N v w > v m m a w o o E .o o t m w a s c o ff d x c Y W v ofmw o m > a - w .tl ? gym coo mc $$� m S c rnw - m m EE 00 c a m v o U W a U E m '2 . o .m "w c m Ern v Ew `a o v m R ro wU tp U mo` n` off � W O !W- O O O N O O of U F Y M U Lo O n d z O r h J W D M cO M V co N J y O g M r `° m m W ~ m C N N w W !9 fR fA FA Hf V3 Hi fA % w t- a H v v W a of n. F- w 6 v m c m w c t uri LL r t o o a E � rn `m oa ZO m En o `o v � Mn H � wV li _ E o `m v F' w rn o o uj O O n. 5 `v m `o o v U m Q m u W !/) a w v m c U o E ❑ w � > 5 m 3 N i " vw a-Vio 5 rn bQ t a E C7 v m c m y tq « ami m o 0 o ami w x a m 0 E r rn w LLm U Q mm fn a �n z � w rn w N C L" O) = m C w O O w m o Z = o z Q T D o m W E n E v o U J N r N U v oA Q x m >' m rn o OM V m `m E 20 n D m W ¢ Q N m a D a W u w N U T N G r C € O F O M O Q T Z O Y O 0 O h N O O O O 4 j N H i� LLOJ QO 6 Z N uN1 w M O 0 d N Q W O n L".0 M M U O O C - r i0 J C m ..w. O O M QQ p1 w Q(odNam� WzO Q=�mNa 'Q aoi VNNtE UYuCc «TE (�5`MOmnV (OEn �=mo g�YaCi U❑N av Uac UUt UlmLL° Uo hD) nQw` NE� �H°1 y°N� Q Z. Q�pZ U M M rrvcv OmwZO mO M O (ON m mE o co z o M a o m ' J dYm m o <o C7 N o :om vm :o E m o o d N UQ > c QONn ow DO '.. 1- _ w Y K � O e a O z o m o z m D p a v a � J a > O N N 3 C d Q m `o E 3 = 3 U R O O d d > 2 m m m n m 0 L m a w m w o, a co d R U R O N m C U U Q N 2' E E c v y >O 2 C ¢ E O) N N E O L L E O C U a (Oj OU L L Y O- U N O O O m O N C -2 C C O O 2 3mnEw E o L a 0 0 o r o m ac N O M O O N O D N >m E r r m LO V O J W N I� N N C O C C L YO 'O J O M O 1� h O7 O y N R W Va 2 d E r n oc 0 W a m r c � er F» e» v> r» o m R y c o mocEs E E a Ti o m U3 0 F- W S W w o W m c c o 0 = E y m m d F o r m Q m m .� LL L' r � o c Q m y m rn R � Z O W m V N Q mL O (1J d m R U O N VJ N R 6 C R N J 0 p 0 @ N > O 0 O a O D C > N O d) a 3 ~ wa o oN o ~ i .� O E ma U ``y N ii ml rvd U [jNo ll>1m W d E m t 5 0 E E y m m > £ En O E R o E wU E E 5Z`oo W F C R C N '7 ` C > N Z = N Q N N O C N N >Q O ¢ Q O d `� n— WmwO ZU C r- O N N a > (7 3 U O w Q w E y N r N O E 8 c s o fL F N U ON CI N N 6 Q w r C N j N N 3 m O N w C O C Y S U (O J O t0 N N 4 N? O O E O 2 N J M J T U N 0 } O i M R O C E r N T t9 N ry L O'D O Q z E N ¢ o v E U m a mLa o m N C W Y O O O Q7 O O N m c d N to Z o n W Q U _ n m Rl a C Z OJ O] U E N N R > O. d m y N N 2 O N a N C O a N O O Q O U O W o - min .` Q m � Q � y d - y c `0 3 3 o V o z r = rn H y r rn o o a a L(D Q o _ m c 0 ¢ m E 00 a 'E U 2 = 0 r R d 0 .- 0 `m m a M R o c J m c v m >' pa d U OmR R m 'No�R LRR oE� EU L cC £E O O O R O m Ix g orn 2 2a V V rmtR° 0 REVISED: 06/30/2014 EQUIPMENT LIST YeYj,inigS3,; itau Northwest .. EARTHMOVERS Caterpillar 623B Scrapers 3 Caterpillar 631D Scrapers 4 0 DOZERS Caterpillar D-9 Dozers 1 Caterpillar D-8 Dozers 1 Caterpillar D-5 Dozers 1 John Deere 700 Dozers 1 John Deere 650 Dozers 2 John Deere 450 Dozers 1 EXCAVATORS Linkbelt LX460 Excavator 1 Caterpillar EX330 Excavator 1 Volvo 21OLC Excavator 1 Komatsu 240LC10 Excavator 1 Caterpillar 320ELLR Excavator 2 Caterpillar 314DLCR Excavator 1 Komatsu PC128 Excavator 1 Komatsu PC138 Excavator 2 John Deere JD 50 Excavator 1 Yanmar V-1045 Excavator 2 Kubota U35 Excavator 1 rTri T RACTO R/LOA D E R/BAC K H O E S John Deere 310 Backhoe 2 0 1 OF 2 REVISED: 06/30/2014 EQUIPMENT LIST WHEEL LOADERS Caterpillar 930G,H Loader 2 Caterpillar 962G Loader 1 4004 Caterpillar 928G Loader 1 4064 Caterpillar 95OG Loader 1 0 COMPACTORS Caterpillar 815 Pad Foot 1 , Bomag 172 Compactor 1 Caterpillar CS563 Compactor 1 Wacker 1.5T Compactor 1 MOTOR GRADERS Caterpillar 140H Grader 1 Caterpillar 140G Grader 1 TRUCKS Mack End Dump w/Trailer 4 Mack End Dump 2 ARTICULATED TRUCKS Volvo A-35 3 SWEEPER TRUCKS rA Tymco 600 1 au ,.�,„. 10 SPECIALTY EQUIPMENT 3-4000 Gallon Water Trucks Asphalt Grinder Light Plants, Generator Sets, Air Compressors Sweeper Broom 2OF2 Bond No.2198970 PAYMENT AND PERFORMANCE BOND T TO CITY OF (CENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, SCI Infrastructure, LLC as Principal, and Ngdb American Specialty Insurance Company a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $1,994,502.86---------------- - 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 SR 516 to S 23V' Way Levee Improvements Russell Road Upper Levee — South Reach/Project Number: 09-3006.2 (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. SR 516—S 231n Way Levee Improv./Hallock 32 May 22, 2015 Project Number: 09-3006.2 TWO WITNESSES: SCI Infrastructure, LLC PRINCIPAL (eater principal's name above) BY: TITLE: _ d ---- - f` DATE: --CI T mom— DATE: VQ § LL°°-[ k l`` CORPORATE SEAI.! PRINT NAME DATE:—Ai—:�1-�f a_ __.y North American Specialty Insurance Company SURETY CORPORATE SEAL: BY: "& DATE: July 7,zols TITLE: Julie A.Craker,Attorney-in-Fact c/o Hentschell&Associates, Inc, ADDRESS; 1436 S. Union Avenue Tacoma,WA 98405 (253)272-1151 CERTIFICATE AS TO CORPORATE SEAL 1 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. 12 SECRETARY OR ASSISTANT SECRETARY��.. SR 516—S 231 Way Levee Improv./Hallock 33 May 22,2015 Project Number. 09-3006.2 i NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: THOMAS P.HENTSCHELL,BRADLEY A.ROBERTS,JULIE,A.CRAKER, KAREN.I.SMITH and JOANNE REEWENSMEYER JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 91h of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." ssMnaaotat"', ��OoGIALlry,e�y 7�G amo�ra,,,linwup `J6Q.G '.kSG �A51�oA1/Ad 2 e±*z- RY �daC,,Rar:4 01 1- ,(1 SMVQO P.Anderson,Senior Vice Proldent ofwashington rntcanational Insurance company .4 3 t�, i973 y:II1= &Senior Vkf President.(Varth American Specialty losurnnce C...... O: �6.`NAMP`' 'DA� O i 9N'k(yON r sNdPr� fa11111111NI1� R Mishaer A.It., mgton international lninrence Company lova npm &wain,Vice Pre.Iaent.M.1h Anacdenn Specinity freumnce Canaan, IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 1 st day of May ,20 15 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss. On this I at day of_ May 20 15 ,before me,a Notary Public personally appeared Steven P,Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M NENNY 1 . NOTARY PUBUC,STATE OF ILLINOIS M.Kenny,Notary public MY COMMISSION EXPIRES 121W12017 L Jeffrey Goldberg , the duly elected Assistant Secrotam of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this�I day of V L,t r �'� IaflFey Goldberg,Vice Psnsident&Assisa,n hac[Jary... Washington❑,lo,nati.nal lasurance Conic,&NwhAro xan Speeiahy Ins.ranec C.mpany i CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and C rn &,rvdtv,z% 41-c- , organized under the laws of the State of t L'A located and doing business at 7-8`Z5- 4c«-eLr d_5` f 7� sr, 5'` st � , , ,4 7 * ("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: SR 516 to S 2315° Way Levee Improvements Russell Road Upper Levee — South Reach/Project Number: 09-3006.2 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 2014 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 2014 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 80 working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract 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. i 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. SR 516 - S 231"Way Levee Improv./Hallock 34 May 22, 2015 Project Number. 09-3006.2 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and P 9 throughout the specified term of maintenance, insurance of the types and in the l 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. SR 516—S 231"Way Levee Improv,/Hal lock 35 May 22, 2015 _ Project Number; 09-3006.2 CITY OF KENT SUZFTTF-�00W, MAYOR AT T ,,fONALD F. M RE, C4, Y CLERK AP VED AS TO FORM: LAW DEPARTMENT i CONTRACTOR BY: PRINT NAME: _ Q TITLE: DATE: i' SR 516 — S 231s`Way Levee Improv./Hallock 36 May 22, 2015 Project Number: 09-3006,2 EXHIBIT A INSURANCE REQU I REMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. i SR 516—S 231"Way Levee I mprov./Hallock 37 May 22, 2015 Project Number: 09-3006.2 j 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VI I. SR 516— S 231"Way Levee Improv./Hallock 38 May 22, 2015 Project Number, 09-3006.2 G. Verification of Coverage i 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 j 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. SR 516— S 23V Way Levee Improv./Hallock 39 May 22, 2015 Project Number: 09-3006.2 j q��® CERTIFICATE ®F LIABILITY INSURANCE DA07106/201115YYI THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the pollcy(les) 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 Ileu of such endorsement(s). PRODUCER CONTACT NAME: Parker,Smith&Feek,Inc. PHONE 425-709-3600 FAX 425-709-7460 2233112th Avenue NE _Alc Na Ert: AIg,NoI: E-MAIL Bellevue,WA 98004 ADDRESS:_._. INSURERS)AFFORDING COVERAGE NAICN INSURER A: Valley Forge Insurance Company INSURED SCI Infrastructure,LLC INSURER B: National Fire Ins Hartford ---- 2825 South 154th Street INSURER c: Continental Casualty Company... Seattle,WA 98188 INSURER D: INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONSAND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DO BR POLICY EFF POLICY EXP LTR I TYPE OF INSURANCE MISR Me POLICY NUMBER IMMIDDNYYY MMIDD LIMITS A GENERALLIABILITY C4016281533 4/1/2015 '4/112016 EACH OCCURRENCE $ 1,000,000 DAMAGE T --_- --- x COMMERCIAL GENERAL LIABILITY X PREMISES Eaoccunom, S 500,000 CLAIMS MADE X I OCCUR MED EXP(Any one person) 5 15,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGO $ 2,000,000 POLICY FX7 PIFQ.TRO- X LOG S B AUTOMOBILE LIABILITY C4016281516 4/1/2015 4/1/2016 F.zrditne) NGLE LIMIT $ 1,000,000 x ANY AUTO X 20478 BODILY INJURY(Par person) 5 ALL OS SCHEDULED BODILY INJURY Per accidoru $ AUTOS NON OToS ( ) HIRED AUTOS AUTOS NED P.,..IdY�AMAGE $ AUTOS (Per acatlent) C UMBRELLA LIAB )( OCCUR C5091288088 4/l/2015 4/1/2016 EACH OCCURRENCE $ 2,000,000 x EXCESS LIAB CLAIMS MADEX AGGREGATE $ 2,000,000 DEO X RETENTION$ $10.000 $ A WORKERS COMPENSATION C4016281533 WC STATU- x OTH- ANDEMPLOYERS'LIABILITV YIN 4/1/2015 4/1f2016 - --..-._ ANY PROPRIETORIPARTNEWsECUTIVE —Washington Stop Gap E.L,EACH ACCIDENT $ 1,000,000 i OFFICER/MEMBER EXCLUDED? N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYE S 1,000,000 If yes,desenbe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 5 i DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD1D1,AUdiRonal Remark.Schedule,ifmoreepacei.regaired) SCI Job No 1506-SR 516 to S.231st Way Levee Improvements-Russell Road Upper Levee-South Reach/Project Number!09-3006.2.City of Kent is included as additional insured and coverage is primary and non-contributory per attached endorsements G-140331-D 01-13(GL),CA 20 48 10 13 and CNA71527XX 10 12(Auto),G-15057-C 06-05 pg 7 of 17 and G300429(Excess).Per project aggregate applies per attached endorsement G18652J 07-12 Pgs 6-7 of 11 (GL). There is no crass suits exclusion. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent 220 4th Avenue South AUTHORIZED REPRESENTATIVE Kent WA 98032 D(D ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010106) The ACORD name and logo are registered marks of ACORD 1 Of9 SCIINFRA(JAW01) POLICY NUMBER: C4016281516 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: SCI Infrastructure, LLC Endorsement Effective Date: 04/01/2015 SCHEDULE Name Of Person(s)Or Organization(s): City cf Kent Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is Autos Liability Coverage in the Business Auto and an "insured"for Covered Autos Liability Coverage, but Motor Carrier Coverage Forms and Paragraph D.2. of only to the extent that person or organization qualifies Section I — Covered Autos Coverages of the Auto as an "insured" under the Who Is An Insured provision Dealers Coverage Form. contained in Paragraph A.1. of Section II — Covered CA 20 48 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 2 of 9 SCIINFRA(JAW01) CNA71527XX CN (Ed. 10/12) ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations Any person or organization, but only if you are required by written contract or written agreement to make that person or organization an additional insured under this policy. 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section 11—LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non-contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the .'accident"for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. GNA71527XX (10/12) Policy No: C4016281516 Page 1 of 1 Endorsement No: Effective Date: 04/01/2015 Insured Name: SCI Infrastructure, LLC Copyright CNA All Rights Reserved. - 3 of SCIINFRA(JAW01) Policy No. C4016281533 G-18652-J (Ed.07112) manager (if you are a limited liability "property damage" included in the company)of the insured;and products-completed operations hazard"; (2) Not directly or indirectly related to the and employment, prospective employment, 2. All medical expenses under Coverage C. past employment or termination of employment of any person or persons by that arise from"occurrences"or accidents any insured. which can be attributed solely to ongoing operations at that construction project. B. Under SECTION 1-COVERAGE B -PERSONAL Such payments shall not reduce the AND ADVERTISING INJURY LIABILITY, General Aggregate Limit shown in the Paragraph 2. Exclusions is amended to add the Declarations,nor the Constriction Project following additional exclusions: Aggregate Limit of any other construction (This insurance does not apply to:) project. Discrimination Relating To Room,Dwelling B. All: or Premises 1. Damages under Coverage B, regardless of "Personal or advertising injury"caused by the number of locations or construction discrimination directly or indirectly related to projects involved; the sale, rental, lease or sub-lease or 2. Damages under Coverage A, caused by prospective sale, rental,lease or sub-lease of "occurrences" which cannot be attributed any room,dwelling or premises by or at the solely to ongoing operations at a single direction of any insured, construction project, except damages Fines Or Penalties because of "bodily injury" or "property damage" included in the "products-completed Fines or penalties levied or imposed by a operations hazard"and governmental ation entity because of 3. Medical expenses under Coverage C caused discrimination. by accidents which cannot be attributed solely This provision 9.does not apply to any person or to ongoing operations at a single construction organization who otherwise qualifies as an project, additional insured on this Coverage Part. will reduce the General Aggregate Limit shown in 10. EXPECTED OR INTENDED INJURY the Declarations. Under SECTIONI-COVERAGEA-BODILY C. The limits shown in the Declarations for Each INJURY AND PROPERTY DAMAGE LIABILITY, Occurrence, for Damage To Premises Rented To Paragraph 2. Exclusions is amended to delete You and for Medical Expense continue to apply, exclusion a.Expected or Intended Injury and but will be subject to either the Construction replace it with the following: Project Aggregate Limit or the General Aggregate [This insurance does net apply to:] Limit,depending on whether the "occurrence" can be attributed solely to ongoing operations at a a. Expected or Intended Injury particular construction project. "Bodily injury"or"property damage"expected D. When coverage for liability arising out of the or intended from the standpoint of the insured. "products-completed operations hazard" is This exclusion does not apply to"bodily provided, any payments for damages because of injury"or"property damage"resulting from the "bodily injury" or "property damage" included in use of reasonable force to protect persons or the "products-completed operations hazard," property. regardless of the number of locations involved will reduce the Products-Completed Operations 11. GENERAL AGGREGATE LIMITS OF Aggregate Limit shown in the Declarations- INSURANCE-PER PROJECT E. If a single construction project away from A. For each construction project away from premises owned by or rented to the insured has premises you own or rent, a separate been abandoned and then restarted, or if the Construction Project General Aggregate Limit, authorized contracting parties deviate from plans, equal to the amount of the General Aggregate blueprints, designs, specifications or timetables, Limit,is the most we will pay for the sum of: the project will still be deemed to be the same 1. At damages under Coverage A, except construction project. damages because of "bodily injury" or G-18652-J(Ed.07112) Page 6 of 11 Copyright,CNA AII Rights Reserved. '.. i Policy No. C4016281533 G-18652-J (Ed.07112) F. The provisions of SECTION III - LIMITS OF C. SECTION V - DEFINITIONS is amended to add INSURANCE not otherwise modified by this the following new definition: endorsement shall continue to apply as stipulated. "Health care incident"means a negligent act,error 12. IN REM ACTIONS or omission by your "employees" or "volunteer Any action in rem against any vessel owned or workers" working on your behalf in the rendering of or operated by or for you,or chartered by or for you will be treated in the same manner as though the action services failure to render professional health care u any of the following capacities, or the r related furnishing of food, beverages, medical were in personam against you. supplies or appliances: In rem is a term used to designate actions instituted a. Physician; against the thing,as distinct from actions against the person,which are said to be in personam. b. Nurse; 13, INCIDENTAL HEALTH CARE MALPRACTICE c. Emergency medical technician; COVERAGE d. Paramedic; � A. With respect only to "bodily injury" that arises out e. Chiropractor; of a "health care incident," COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE f. Dentist; LIABILITY OF SECTION I - COVERAGES is amended to replace Insuring Agreement g• Athletic trainer; Paragraphs 1.b.(1)and 1.b.(2)with the following: h. Audiologist; b. This insurance applies to"bodily injury"only if t. Physical therapist; you are not in the business of providing 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 I. Other allied health professional;or "coverage territory." For the purpose of this insurance: m. Provider of first aid or Good Samaritan (a} "Bodily injury" caused by a "health services rendered in an emergency and for care incident" will be considered which no payment is demanded or received. caused by an"occurrence"and D. SECTION I - COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. (b) All acts, errors or omissions that are Exclusions is amended to add the following logically connected by any common additional exclusions.These new exclusions apply fact, circumstance, situation, only to this Incidental Health Care Malpractice a transaction, event,advice or decision Coverage: will be considered to constitute a single"occurrence"; [This insurance does not apply to:] (2) The "bodily injury" occurs during the Dishonesty or Crime policy period. All "bodily Injury" arising Any dishonest, criminal or malicious act, error or from an "occurrence" will be deemed to omission. have occurred at the time of the first act, error, or omission that is part of the Clinical Trials 1 Product Testing "occurrence';and Acts, errors or omissions that occur in the course B. With respect only to the insurance provided by this of human clinical trials or product testing. Provision 13., Exclusion 2.e. Employer's Liability of SECTION I - COVERAGE A - BODILY Medicare/Medicaid Fraud INJURY AND PROPERTY DAMAGE, is amended Medicare or Medicaid fraud or abuse. to append the following: Services Excluded by Endorsement Only for "bodily injury" not covered by other liability insurance (including state-sanctioned self Any "health care incident" for which coverage is insurance) available to the Insured (or which excluded by endorsement. would be available but for exhaustion of its limits), E. SECTION V - DEFINITIONS is amended to add this exclusion does not apply to"bodily injury"that the following subparagraph to Paragraph f. of the arises out of a"health care incident" definition of"insured contract": G-18652-J(Ed.07/12) Page 7 of 11 Copyright,CNA DUI Rights Reserved. Policy No. C4016281533 „ f:NA G-140331-D (Ed.01113) 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 City of Kent Locations of Covered Operations 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: s (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 CG2010(aka CG 20 10 10 01), or via the 10101 edition of CG2037(aka CG 20 37 10 0'1), or via the 1 V85 edition of CG2010 (aka CG 20 10 11 85), than in paragraph BA. above, the words 'caused in whole or in part by' are replaced by the words'arising out oP. 3. We will not provide the additional insured any broader coverage or any higher limit of insurance than: a. The maximum permitted bylaw: b. That required by the"written contract"; c. That described in B.I.above;or d. That afforded to you under this policy, whichever is less. G-140331-D (Ed.01/13) Page 1 of 2 Coppdght,CNA All Rights Resm)ed. Policy No. C4016281533 G-140331-D (Ed.01113) 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 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 BA. 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 or 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.01113) ',.. Page 2 of 2 Copyright,CNA All Rights Reserved. Policy No. C5091288088 G-15057-C (Ed.06i05) No person or organization is an insured with you, any of your employees, "volunteer respect to the conduct of any current or past workers"any partner or member(if you are a limited liability company that is not shown as a partnership or joint venture)or any member(if Named Insured in the Declarations. you are a limited liability company). e. A corporation or organization, other than b. A person or organization for whom you are partnerships, joint ventures or limited liability required, by virtue of a written contract entered companies, that you form, acquire or gain control into prior to the "bodily injury," "property damage" of during the policy period, but only with respect to or "personal and advertising injury" occurring or "bodily injury,""property damage"or"personal and being committed, to provide the insurance that is advertising injury" taking place after you form, afforded by this policy.This insurance applies only acquire or gain control of such corporation or with respect to operations by you or on your behalf organization, or to facilities you own or use, but only to the 2, insured means the Named Insured and: extent of the limits of insurance required by such contract, not to exceed the limits of insurance in a. Your "volunteer workers" only while performing this policy. duties related to the conduct of your business, or Any other persons or organizations included as an c. your employees, other than your executive officers insured under the provisions of the "scheduled and directors(if you are an organization other than underlying insurance" shown in the Declarations a partnership, joint venture or limited liability y g company) or your members (if you are a limited of this policy and then only for the same coverage, liability company ) but only for acts witihin the except for limits of insurance, afforded under such scope of their employment by you or while "scheduled underlying insurance." performing duties related to the conduct or your However, If a blanket additional insured business. However, none of these employees or endorsement is attached to the general liability "volunteer workers"is an insured for: "scheduled underlying insurance' pursuant to a 1 "Bodily in ur or written or oral contract or agreement between you O Y injury" "persona! and advertising and another person or organization (called injury": additional insured), this insurance is excess over (a) To you; to your partners or members (if such insurance provided to the additional insured you are a partnership or joint venture) to subject to the following conditions: Your members(if you are a limited liability (1) If the limits specified in the written contract or company) or to a co-employee while in agreement are less than the limits provided by the course of his or her employment or the"scheduled underlying insurance,"then no performing duties related to the conduct coverage is provided to the additional insured of your business, or to your other"volunteer workers` while performing under this policy. duties related to the conduct of your (2) If the limits specified in the written contract or business; agreement are greater than the limits provided (b) To the spouse, child, parent, brother or by the "scheduled underlying insurance,"then sister of that co-employee or "volunteer this insurance is excess over the insurance worker" as a consequence of Paragraph provided by the "scheduled underlying w " work above; insurance." The limits of insurance for the additional insured are the lesser of: (c) For which there is any obligation to share damages with or repay someone else (i) The limits specified in the written contract; who must pay damages because of the or injury described in Paragraphs (1)(a) or (if) The limits of the "scheduled underlying (b)above; or insurance"plus the limits of this policy. (d) Arising out of his or her providing or SECTION III—LIMITS OF INSURANCE failing to provide professional health care 1. The Limits of Insurance shown in the Declarations and services. the rules below fix the most we will pay regardless of (2) "Property damage"to property: the number of: (a) Owned,occupied or used by; a. Insureds; (b) Rented to, in the care, custody or control b. Claims made or"suits'brought; or,or over which physical control is being exercised for any purpose by c. Persons or organizations making claims or bringing"suits." G-15057-C Page 7 of 17 (Ed. 06(05) i G-300429-A CNNPolicy No. C5091288088 (Ed. 11/07) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CHANGES - OTHER INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL UMBRELLA PLUS COVERAGE PART Solely with respect to the coverage afforded under this whether primary, excess, contingent or on any insurance to any person or organization which qualifies other basis except that this insurance shall be as an additional insured pursuant to paragraph 2. b. or either primary to, or primary to and c. of SECTION II — WHO IS AN INSURED, the Other noncontributing with, such other insurance if so Insurance Condition of SECTION IV — CONDITIONS required by written contract or agreement with is deleted and replaced with the following: the additional insured. This condition does not apply to insurance purchased specifically to 4. Other Insurance apply in excess of this insurance. This insurance is excess over any other insurance available to the additional insured G-300429-A Pagel of (Ed. 11/07) 9 of 9 SCIINFRA(JAW01) i KENT SPEC I AL PROV I S I ONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ...................................... 1-1 1-01 Definitions and Terms ................................................... .... 1-1 1-02 Bid Procedures and Conditions............................................ 1-2 1-03 Award and Execution of Contract ........................................ 1-5 1-04 Scope of the Work ............................................................ 1-6 1 -05 Control of Work ......... .............................. ....................... 1-8 1 -06 Control of Material ............................................................ 1-17 1 -07 Legal Relations and Responsibilities to the Public .................. 1 -20 1-08 Prosecution and Progress................................................... 1 -25 1-09 Measurement and Payment................................................ 1 -29 1-10 Temporary Traffic Control .................................................. 1 -31 DIVISION 2 EARTHWORK........................................................... 2-1 2-02 Removal of Structures and Obstructions .............................. 2-1 2-03 Roadway Excavation and Embankment................................ 2-5 2-06 Subgrade Preparation......................................................- 2-6 2-07 Watering .......................................................I.......I......... 2-6 2-12 Construction Geosynthetic ................................................. 2-7 DIVISION 4 BASES..................................................................... 4-1 4-03 Gravel Borrow .............................................................-- 4-1 4-04 Ballast and Crushed Surfacing ............................................ 4-2 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS ............... 5-1 5-02 Bituminous Surface Treatment ........................................... 5-1 5-04 Hot Mix Asphalt ................................................................ 5-1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS................ 7-1 7-01 Drains ............................................................................. 7-1 7-04 Storm Sewers .................................................................. 7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells ....................... 7-3 7-08 General Pipe Installation Requirements................................ 7-8 SR 516—S 231"Way Levee Improv./Hal lock 40 May 22, 2015 Project Number: 09-3006.2 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration........................................................ 8-9 8-03 Irrigation System............................................................. 8-13 8-04 Curbs, Gutters, and Spillways............................................ 8-13 8-06 Cement Concrete Driveway Entrances ................................ 8-13 8-12 Chain Link Fence and Wire Fence....................................... 8-14 8-13 Monument Cases ............................................................. 8-15 8-14 Cement Concrete Sidewalks .............................................. 8-16 8-20 Illumination, Traffic Signal Systems, and Electrical............... 8-17 8-21 Permanent Signing........................................................... 8-20 8-22 Pavement Marking ........................................................... 8-21 8-23 Temporary Pavement Markings.......................................... 8-23 8-24 Rock Wall ....................................................................... 8-24 8-26 Bollards .......... ........................ ...................................... 8-24 8-28 Pothole Utilities ............................................................... 8-25 8-30 Project Signs................................................................... 8-26 8-31 Concrete Stairs................................................................ 8-27 8-32 Undergrounding of Electrical Facilities ................................ 8-29 DIVISION 9 MATERIALS............................................................ 9-1 9-03 Aggregates ..................................................................... 9-1 9-13 Riprap, Quarry Spalls, Slope Protection, and Rock For3 Erosion and Scour Protection and Rock Walls ...................... 9-3 9-14 Erosion Control and Roadside Planting................................ 9-3 9-16 Fence and Guardrail ......................................................... 9-6 9-28 Signing Materials and Fabrication....................................... 9-6 9-29 Illumination, Signal, Electrical ........................................... 9-8 LANDSCAPING AND IRRIGATION SPECIFICATIONS ....................... A-1 TRAFF I C CONTROL PLANS .............................................................. A-2 KENT STANDARD PLANS ................................................................. A-3 WSDOT STANDARD PLANS.............................................................. A-4 PRODUCT INFORMATION................................................................ A-5 ENVIRONMENTAL PERMITS ............................................................ A-6 PREVAILING WAGE RATES.............................................................. A-7 SR 516 — S 231 s`Way Levee Improv./Hallock 41 May 22, 2015 Project Number: 09-3006.2 I 1 ONS The following Kent Special Provisions ("Kent Special Provisions") modify and supersede any conflicting provisions of the 2014 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 BYADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01 ," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION1-01.3, "CONTRACT'DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: SR 516 —S 231"Way Levee Improv./Hallock 1 - 1 May 22, 2015 I Project Number: 09-3006.2 1 . What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications, Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1 . Standard Plans (M21 -01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SR 516— S 23V'Way Levee Improv./Hallock 1 - 2 May 22, 2015 Project Number: 09-3006.2 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. i 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 A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized SR 516— S 231 5'Way Levee Improv./Hallock 1 - 3 May 22, 2015 Project Number: 09-3006.2 Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.8(2) LOBBYING CERTIFICATION IS REVISED WITH THE FOLLOWING CLARIFICATION: THIS SECTION ONLY APPLIES TO FEDERAL- AID CONTRACTS. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SR 516— S 231 s`Way Levee Improv./Hallock 1 - 4 May 22, 2015 Project Number: 09-3006.2 SECTION 1-02. 14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the f bid, 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in two (2) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4 of the WSDOT Standard Specifications. If the successful bidder fails to provide these documents within this 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one working day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside SR 516— S 2315'Way Levee Improv./Hal lock 1 - 5 May 22, 2015 Project Number: 09-3006.2 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 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 1S 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). SR 516—S 231s`Way Levee Improv./Hallock 1 - 6 May 22, 2015 Project Number: 09-3006.2 SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.7 IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.7 Differing Site Conditions (Changed Conditions) Upon written notification, the Engineer will investigate the conditions and if he/she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any Work under the Contract, an adjustment will be made and the Contract modified in writing accordingly. No claim for loss of anticipated profits will be allowed when determining this adjustment. The Engineer will notify the Contractor of his/her determination whether or not an adjustment of the Contract is warranted. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations are part of the Project and must be properly permitted for that use. As a result, if appropriate permits for the selected staging and storage locations have not been obtained, the Contractor will obtain those permits before putting the site to its intended use. 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. SR 516 —S 231"`Way Levee Improv./Hal lock 1 - 7 May 22, 2015 Project Number: 09-3006.2 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 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 /S 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) SR 516— S 231"Way Levee Improv./Hal lock 1 - 8 May 22, 2015 Project Number: 09-3006.2 of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.5(6) of the Kent Special Provisions). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as Listed in Section 1 -08.5. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $150/hr for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. 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. SR 516 — S 23V'Way Levee Improv./Hallock 1 - 9 May 22, 2015 Project Number: 09-3006.2 1-05.5(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1 . Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet as set forth in Section 1-05.5(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.5(3) 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 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) SR 516 —S 2315`Way Levee Improv./Hallock 1 - 10 May 22, 2015 Project Number: 09-3006.2 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. 1-05.5(5) Staking Services Work requests must be made at least 3 working days in advance of the required staking. The City will furnish the following stakes and reference marks: 1 . Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50-foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where deemed applicable as determined by the Engineer. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. SR 516—S 231"Way Levee Improv./Hallock 1 - 11 May 22, 2015 Project Number: 09-3006,2 li 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 50-foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline not less than 25-foot stations. 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50-foot stations as required. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults,junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults,junction boxes, and conduits will be provided at an additional expense to the Contractor. When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $150/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: SR 516—S 2W'Way Levee Improv./HaRock 1 - 12 May 22, 2015 Project Number: 09-3006.2 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 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 SR 516—S 231"Way Levee Improv./Hallock 1 - 13 May 22, 2015 Project Number: 09-3006.2 remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.1 O Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05. 11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.11 Final Inspection 1-05.11 (1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall notify the Engineer and request in writing that the Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1 . The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. However, if after this inspection, the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, notify the Contractor giving the reasons for the Engineer's determination. Upon receipt of written notice from the Engineer concurring in or denying substantial completion, whichever is applicable, the Contractor SR 516— S 231"Way Levee Improv./Hal lock 1 - 14 May 22, 2015 Project Number: 09-3006.2 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 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 SR 516 —S 23V Way Levee Improv./Hal lock 1 - 15 May 22, 2015 '... Project Number: 09-3006.2 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. 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: SR 516 —S 2313t Way Levee Improv./Hallock 1 - 16 May 22, 2015 Project Number: 09-3006.2 Overhead electrical power and cable and their associated utility poles are located throughout the project site. Coordination with PSE contractors and Comcast contractors will be required to move the overhead lines, utility poles, and to underground their system in the joint utility trench. The Contractor shall work close with these outside contractor's to minimize impacts to their construction schedule and to complete the project improvements in the allotted number of working days identified in the contract. SECTION 1-05 IS 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. 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 (1 A, 1B, 1C, etc.). SR 516 — S 231'Way Levee Improv./Hallock 1 - 17 May 22, 2015 Project Number: 09-3006.2 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.6(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0) of the Kent Special Provisions. The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.6(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. SR 516—S 231n Way Levee Improv./Hal lock 1 - 18 May 22, 2015 Project Number: 09-3006.2 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1 . Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" — Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. SR 516— S 231"Way Levee Im rov./Hal Iock 1 - 19 May 22 2015 P Y Project Number: 09-3006.2 1-06.6(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal, State, or local laws, codes, rules and regulations that affect work under the contract. The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes. In cases of conflict between different laws, codes, rules, or regulations, the most stringent law, code, rule, or regulation shall apply. The City will not adjust payment to compensate the Contractor for changes in legal requirements unless those changes are specifically within the scope of RCW 39.04.120. For changes under RCW 39.04.120, the City will compensate the Contractor by negotiated change order as provided in Section 1-04.4. SECTION 1-07.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.2 State Taxes 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1 -07.2(4) are meant to clarify those rules. The Contractor 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. SR 516—S 231"Way Levee Improv./Hal lock 1 - 20 May 22, 2015 Project Number: 09-3006.2 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171 , and its related rules apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the State of Washington; water mains and their appurtenances; sewers and sewage disposal systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The City will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). SR 516—S 231"Way Levee Improv./Hallock 1 - 21 May 22, 2015 Project Number: 09-3006,2 SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING_ 1-07.6 Permits and Licenses The City has obtained the following permits: None Contractor shall obtain, at its sole cost, all other permits required to complete this project. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date, SECTION 1-07.13(3) IS DELETED /N 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 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the SR 516— S 231 'Way Levee I mprov./Hallock 1 - 22 May 22, 2015 Project Number: 09-3006.2 Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 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. SR 516— S 2315'Way Levee Improv./Hallock 1 - 23 May 22, 2015 Project Number: 09-3006.2 Centuryl-ink Comcast Nevie Jake Jerry Steele (253) 372-5368 (253) 288-7532 (425) 761-0471 (cell) (206) 391-1763 (cell) Puget Sound Energy Anita Yurovchak (253) 476-6304 (253) 381-6714 (cell) SECTION 1-07.18 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project Contract, which constitute the Contractor's insurance requirements for this project. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. SR 516—S 2315'Way Levee Improv./Hal Iock 1 - 24 May 22, 2015 Project Number: 09-3006.2 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 five copies of the Contract. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City 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 SR 516— S 231"Way Levee Improv./Hallock 1 - 25 May 22, 2015 Project Number: 09-3006.2 approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. 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. SR 516—S 231"Way Levee Improv./Hal lock 1 - 26 May 22, 2015 Project Number: 09-3006.2 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1 . If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control, The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SR 516—S 231 t Way Levee Improv./Hallock 1 - 27 May 22, 2015 Project Number: 09-3006.2 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. To reduce the risk of wet weather impacts, placement of the levee fill material and other substantive earthwork shall be substantially completed by September 18, 2015. Earthwork done after this date shall be allowed only as weather conditions permit or as directed by the Engineer. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended, for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been suspended, by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: 1-08.8 Extensions of Time SR 516— S 23Vt Way Levee Improv./Hallock 1 - 28 May 22, 2015 Project Number: 09-3006.2 i The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- 05.1 . 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. SR 516 — S 23V Way Levee Improv./Hallock 1 - 29 May 22, 2015 Project Number: 09-3006.2 SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 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. SR 516— S 231"Way Levee I mprov./Hallock 1 - 30 May 22, 2015 Project Number: 09-3006.2 I SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1 -04.5 and 1 -09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1 -09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 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 SR 516— S 23V Way Levee Improv./Hallock 1 - 31 May 22, 2015 Project Number: 09-3006.2 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)A Construction Signs Payment for setup and take down of construction signs will be under the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1-10.3(1) of the WSDOT Standard Specifications, and for transportation described in Section 1 -10.3(2) of the WSDOT Standard Specifications when there is a contract price for "Traffic Control Vehicle." SECTION 1-10.3 IS SUPPLEMENTED BVADDING 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 TCK and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. SR 516 —S 231'°Way Levee Improv./Hallock 1 - 32 May 22, 2015 Project Number: 09-3006.2 The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1 -10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1 . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 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." The unit contract price for "Traffic Safety Drum" per each shall be full pay for furnishing the drums, including the portable light if required, transporting them to the project, weighting them, and for transportation involved in removing the drums from the project. Drums damaged by the Contractor, due to the Contractor's operation, shall be replaced by the Contractor at no cost to the City. All labor required to perform the work described in Section 1-10.3(1) of the WSDOT Standard Specifications for the drums will be paid under the item "Traffic Control Labor." The unit contract price for "Type I I I Barricade" per each will be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for relocating barricades to a new location in accordance with the plans, approved Traffic Control Plans (TCP's), or as ordered by the Engineer, or moving barricades to or from temporary storage, as approved by the Engineer, will be paid under the item "Traffic Control Labor". The unit contract price for "Temporary Barrier" per linear foot will be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for relocating barriers to a new location in accordance with the plans, approved Traffic Control Plans (TCP's), or as ordered by the Engineer, or moving barriers to or from temporary SR 516 —S 2315'Way Levee Improv./Hallock 1 - 33 May 22, 2015 Project Number: 09-3006.2 storage, as approved by the Engineer, will be paid under the item "Traffic Control Labor". When the proposal does not include a bid item for a specific bid item listed in the 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, SR 516— S 231s`Way Levee Improv./Hallock 1 - 34 May 22, 2015 Project Number: 09-3006.2 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.' IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3 IS REVISED BYREPLAC/NG THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements The City has identified the following materials that are marked for removal, but that will be salvaged as part of this project: 1 . Kiosk at Neely Soames 2. Kiosk at James/Russell The salvaged materials listed above shall be removed, hauled and stored at the following site(s) : 1 . The above kiosk shall be re-installed at the locations shown on the plans or as directed by the Engineer All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1 . Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. SR 516—S 231n Way Levee Improv./Hallock 2 - 1 May 22, 2015 Project Number: 09-3006.2 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1 -foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement Surface Integrity is to be Maintained In removing traffic islands and/or traffic curbs the Contractor shall: 1 . Haul broken-up pieces and complete sections of traffic curbs and all waste materials to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Completely remove all block traffic curbs, pre-cast traffic curbs, connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the compacted subgrade, or to the surface of the underlying pavement where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, and fill any surface voids caused by the removal work. 5. Repair any damage to adjacent traffic curbs that were designated to remain, but that was caused by the removal of the traffic curbs. 6. Remove and dispose of all waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. SECTION 2-02.5 IS SUPPLEMENTED BYADD/NG 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: SR 516—S 2315'Way Levee Improv./Hal lock 2 - 2 May 22, 2015 Project Number: 09-3006.2 The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: (Encountered thickness — 6 inches) x unit bid price _additional 6inches compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/SY then its additional compensation for the extra thickness would be: (8 — 6) x $26 0 = $0.67/SY in addition to the unit price. No other compensation shall be allowed. The unit contract price per lineal foot for "Remove Existing Water Main" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing water main as shown on the plans and described in the specifications. The unit bid price shall also include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow, and compaction. 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 each for "Remove and Relocate Kiosk" constitutes complete compensation to furnish all labor, materials, tools, supplies, and equipment necessary to remove, store, and relocate the kiosk as shown on the plans and described in the specifications or as directed by the Engineer. The unit contract price per each for "Remove Existing 54" Manhole" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing structure including removal of existing concrete slab and existing chain link fence as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow and compaction. Hand crank, sluice gate, any appurtenances, any frames, grates, or risers shall be hauled and disposed of by the Contractor unless deemed salvageable as determined by the Engineer. SR 516—S 231"Way Levee Improv./Hal lock 2 - 3 May 22, 2015 Project Number: 09-3006.2 The unit contract price per each for "Remove Existing 72" Manhole" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing structure including removal of existing concrete slab and existing chain link fence as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow and compaction. Hand crank, sluice gate, any appurtenances, 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 lineal foot for "Remove Cement Concrete Extruded Curb" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete extruded curb as shown on the plans and described in the specifications. "Removal of Traffic Islands and/or Traffic Curb", lump sum. The unit contract price per lineal foot for "Remove Existing Storm Sewer Pipe or Culvert' constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing storm pipe or culvert as shown on the plans and described in the specifications. The unit bid price shall also include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow, and compaction. The unit contract price per each for "Remove Existing 54" Manhole" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing structure as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling, with gravel borrow and compaction. Any frames, grates, or risers shall be hauled and disposed of by the Contractor unless deemed salvageable as determined by the Engineer. "Saw Cut Existing Asphalt Concrete Pavement" "Saw Cut Existing Cement Concrete Pavement" The unit price contract price per lineal foot for the above items constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: (Encountered thickness — 6 inches) x unit bid price additional 6inches compensation SR 516— S 231"`Way Levee Improv./Hallock 2 - 4 May 22, 2015 Project Number: 09-3006.2 For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/LF then its additional compensation for the extra thickness would be: (8 — 6) x $2.0 = $0.67/LF in addition to the unit bid price. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.3(7)C IS SUPPLEMENTED BYADDING 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)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. SECTION 2-03.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-03.5 Payment The unit price per linear foot for "Inspection Trench" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to excavate the trenches as shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation, inspection, backfilling, compacting, removal, hauling and disposal of unsuitable excavated materials. See Section 4-03.5 for payment for levee embankment and construction. SR 516—S 231"Way Levee Improv./Hal lock 2 - 5 May 22, 2015 Project Number: 09-3006.2 2-06 SUBGRADE PREPARATION SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 1S 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. 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 SR 516— S 231n Way Levee Improv./Hallock 2 - 6 May 22, 2015 Project Number: 09-3006.2 meter and one shall be provided. An additional meter deposit will not P P 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 BYADDING 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 BYADDING THE FOLLOWING: 2-12.3 Construction Requirements The Contractor shall take all necessary precautions to not tear or damage the fabric during installation. The fabric shall be laid down by hand. Folds or creases in the fabric shall be pulled flat. The fabric sides and ends shall be anchored or weighted sufficiently to prevent slouching. Joints or seams shall be overlapped a minimum of two (2) feet. SECTION 2-12.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-12.4 Measurement Non-woven geotextile fabric shall be measured per square yard of materials placed. SECTION 2-12.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-12.5 Payment The unit contract price per square yard for "Geotextile Fabric, Non- Woven" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install the fabric at the locations shown on the plans and described in the specifications. SR 516—S 231""Way Levee Improv./Hallock 2 - 7 May 22, 2015 Project Number: 09-3006.2 DIVISION 4 - BASES DIVISION 4 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW 4-03.1 Description This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Kent Special Provisions: Gravel Borrow .............................................9-03.14(1) Low Permeability Fill for Levee Embankment ...9-03.14(5) 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4-04.3. 4-03.4 Measurement Gravel borrow and low permeability fill 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 item 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. The unit contract price per ton for Low Permeability Fill for Levee Embankment, Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the low SR 516—S 231"Way Levee Improv./Hallock 4 - 1 May 22, 2015 Project Number: 09-3006.2 permeability fill as shown on the plans and described in the specifications 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment "Crushed 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. SR 516—S 231't Way Levee Improv./Hallock 4 - 2 May 22, 2015 Project Number: 09-3006.2 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS (VOTE: 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. 5-02 BITUMINOUS SURFACE TREATMENT SECTION 5-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-02.5 Payment Anti-stripping additive shall be included in the price of asphalt (grade) per ton. The quantity of asphalt material shall not be reduced by the quantity of anti-stripping additive. 5-04 HOT MIX ASPHALT SECTION 5-04. 1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.1 Description Section 5-04 of the WSDOT Standard Specifications is modified per the WSDOT GSP "Hot Mix Asphalt" as included, except as modified herein. SECTION 5-04.2 IS SUPPLEMENTED BYADDING 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 112" 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. SR 516—S 231'L Way Levee Improv./Hallock 5 - 1 May 22, 2015 Project Number: 09-3006.2 SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING. 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: 1 . Asphalt Cement and Gradation: Extraction tests shall be taken every 500± tons as determined by the Engineer or each day. whichever is less. 2. The Engineer is not precluded from taking more tests above if deemed necessary. 3. The Contractor is responsible to meet the required compacting asphalt cement content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be considered on a case-by-case basis by the Engineer and may require a credit to the City. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal and repaving of material 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 Asphalt concrete Class 1/2" shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer. The minimum compacted depth of Class B asphalt concrete shall be 1 -1/2 inch. Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. SECTION 5-04.3(10) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3(10)B IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(10)B Control For Asphalt Concrete, 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 SR 516—S 231"Way Levee Improv./Hallock 5 - 2 May 22, 2015 Project Number: 09-3006.2 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). HMA Class 3/8 inch PG 64-22 preleveling mix shall be compacted to 92 percent of the maximum density. In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. SECTION 5-04.3(12) IS SUPPLEMENTED BYADDING 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. SR 516—S 231-`Way Levee Improv./Ha l lack 5 - 3 May 22, 2015 Project Number: 09-3006.2 i SECTION 5-04.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS. 5-04.3(21) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. 5-04.3(22) Fabric Reinforcement The Contractor shall construct an approved fabric reinforcement consisting of a single coat of asphalt cement and one ply of polypropylene fabric over the existing pavement before the placement of the hot mix asphalt pavement overlay between the limits designated by the Engineer, in accordance with the WSDOT Standard Specifications, the affected plans and the following Kent Special Provisions: Materials Asphalt cement AR-4000W shall meet the requirements specified in Section 9-02 of the WSDOT Standard Specifications. The fabric shall be non-woven polypropylene material having the following properties: Weight...............................................3.5 oz. per sq. yd. Tensile strength, either direction...........Min. 80 lbs. Minimum width ...................................75 inches Construction Requirements All equipment, tools, and machines used in the performance of the work shall be subject to the approval of the Engineer and shall be maintained in satisfactory working condition at all times. Equipment for surface cleaning shall be capable of effectively removing oil, grease, dust, dirt or other objectionable materials from the pavement. Application equipment shall consist of suitable brooms and distributor as required. The distributor shall have a capacity of not less than 1 ,000 gallons and shall be so designed, equipped, maintained and operated that asphalt material of an even heat shall be uniformly applied at the required rate. It shall be insulated and equipped with an adequate heating device. It shall be equipped with a 10-foot spray bar with extensions, pressure pump and gauge, with a volume gauge so located as to be observed easily by the inspector from the ground, a tachometer to control accurately the speed and spread of asphalt, and two thermometers, one to be installed permanently in the tank to indicate temperature of the asphalt at all times. The power for operating the pressure pump shall be supplied by an independent power unit which will develop a minimum of 25 pounds per square inch pressure at the spray bar. SR 516— S 231st Way Levee Improv./Hallock 5 - 4 May 22, 2015 Project Number: 09-3006.2 Surface Preparation Preleveling, if necessary, shall be done prior to placing fabric reinforcing. The pavement surface to be fabric reinforced shall be free of all foreign materials such as dirt, grease, etc. Prior to applying the asphalt, all dust and loose material shall be removed from the pavement surface with compressed air. Existing cracks shall be filled as specified elsewhere under "Crack Sealing." Holes shall be repaired with asphalt emulsion patching mix or hot mix. Application The asphalt must be sprayed uniformly over the area to be fabric covered at the rate of 0.25 to 0.30 gallons per square yard. To avoid laps and ridges at transverse junctions of separate applications of asphalt, the Contractor shall shield the preceding asphalt application in a manner satisfactory to the Engineer. Application of the asphalt should be accomplished with an asphalt distributor wherever possible. Inaccessible or small areas may be shot with a suitable hand sprayer. The asphalt shall be spread at a temperature of at least 290°F. The Contractor shall not begin application of the fabric reinforcement until he has demonstrated, to the satisfaction of the Engineer, that all labor, equipment, and materials necessary to apply the fabric are either on hand or readily available. Initial alignment of the fabric is very important, since the fabric direction cannot be changed appreciably without causing wrinkles. If the alignment of the fabric must be changed, the fabric shall be cut and realigned, overlapping the previous material and proceeding as before. All joints shall be overlapped a minimum of 6 inches and in the direction of traffic. For lapped joint, the top fabric shall be folded back to allow application of a light coat of asphalt (0.05 gallons per square yard should be adequate). The top fabric shall then be folded back onto the asphalt, broomed, and squeegeed out smoothly. Rolling and brooming of the fabric into the asphalt shall be accomplished in such a way that any air bubbles which form under the fabric will be removed. This can be accomplished best by brooming from the center of the fabric toward the outer edges. The fabric shall be neatly cut and contoured at all joints. Weather and Moisture Limitations Work shall not be done during wet weather conditions nor when the pavement and ambient air temperatures are below 60°F. The pavement shall be surface-dry at the time of the application of the asphalt. Membrane Curing The entire surface of the fabric shall be pneumatically rolled until the fabric is well embedded into the asphalt as approved by the Engineer. SR 516— S 231 s`Way Levee Improv./Hallock 5 - 5 May 22, 2015 Project Number, 09-3006.2 Hot Mix Asphalt Overlay of Fabric A representative for the manufacturer of the fabric shall be on the project to work with the Contractor's personnel and to provide the necessary technical assistance to ensure the satisfactory placement of the fabric and HMA overlay. The representative shall not leave the project until the Engineer is satisfied that the Contractor has a full understanding of what is required to place the fabric satisfactorily. The Contractor shall not place more fabric on the traveled roadway than can be overlaid the same day with or Hot Mix Asphalt. No fabric except that which is required for normal lapped joints shall be exposed to traffic. In the event of breakdown of the paving operation, the fabric which has not been overlaid shall be dusted with sand to break the tackiness of the sealant so traffic does not pick up the fabric. The application rate shall uniformly dust the roadway as approved by the Engineer. More than one application of sand may be required. Before placing the asphalt concrete, the fabric surface shall be broomed to remove the excess sand as directed by the Engineer. The sand shall meet the graduation requirements of the Section 9-03.1 (2)B of the WSDOT Standard Specifications. 5-04.3(23) Fabric Crack Stabilizer The Contractor shall install an approved fabric crack stabilizer consisting of a rubberized, asphalt backed polypropylene fabric over the existing pavement cracks before the placement of the asphalt concrete overlay. Location shall be as shown on the plans, and as designated by the Engineer. Materials The fabric shall be a non-woven polypropylene fabric such as "Petrotac" or an approved equal having the following minimum properties: Grab Tensile 200 Ibs Elongation 40 percent Strip Tensile 50 lb./in. Puncture Resistance 200 Ibs. Permeance 0.10 Perm (max.) Pliability (1/4 inch Mandrel 1800 blend at 25°F) No cracks in fabric or rubberized asphalt Width 24 inches Primers and adhesives shall be from those approved by the fabric manufacturer. Installation Follow manufacturer's printed installation procedures. SR 516 —S 231'"Way Levee Improv./Hal[Dck 5 - 6 May 22, 2015 Project Number: 09-3006.2 SECTION 5-04.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.4 Measurement Fabric reinforcement and fabric crack stabilizer will be measured by the square yard for the surface area, which is satisfactorily covered, sealed and accepted. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "HMA Class 1/2". PG 64-22" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for driveways, permanent utility patches, sidewalk ramps, and other areas at the locations shown on the plans, as specified herein and as directed by the Engineer. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. The unit contract price per square yard for "Planing Bituminous Pavement' constitutes complete compensation for all materials, tools, equipment and labor necessary or incidental to plane, clean, sweep, haul, stockpile or dispose of the asphalt concrete pavement as specified on the plans or as directed by the Engineer. No additional cost compensation shall be made for cold mix material to provide a temporary transition from planed areas to existing pavement. Payment shall be made upon actual square yards planed, regardless of the full planing capacity of the equipment used. The unit contract price per ton for "Cold Plant Mix for Temporary Pavement Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, maintaining, removing and disposing of Cold Plant Mix as required to provide temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. SECTIONS 5-04.5(1), 5-04,5(1)A AND 5-04.5(1)B ARE DELETED /N 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 SR 516— S 231"Way Levee Improv./Hallock 5 - 7 May 22, 2015 Project Number: 09-3006.2 DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS. SANITARY SEWERS, WATER MAINS AND CONDUITS 7-01 DRAINS SECTION 7-01.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-01.2 Materials Materials for this project shall meet the requirements of the following sections: Geotextile Fabric..................................................... 2-12.2 Gravel Backfill for Drains.......................................... 9-03.12(4) Perforated Polyvinyl Chloride (PVC) Underdrain Pipe.... 9-05.2(6) SECTION 7-01.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-01.4 Measurement The linear foot measurement will include the length of the cleanouts. 7-01.5 "PVC Drain Pipe 8 In. Diam.," per linear foot. The unit contract price per lineal foot for "Gravel Swale Trench" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to construct the gravel swale trench as shown on the plans and described in the specifications. The unit bid price shall also include but not be limited to trench excavation including haul; and installation of 3/4" to 1 -1/2" washed gravel, filter fabric overwrap, and 4" PVC perforated pipe. 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 SR 516 —S 23Vt Way Levee Improv./Hal lock 7 - 1 May 22, 2015 Project Number: 09-3006.2 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BYADDING 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 BYADDING 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. SECTION 7-04.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-04.5 Payment "Storm Sewer Pipe, 8 1 nch Diameter" "Storm Sewer Pipe, 24 Inch Diameter" "Storm Sewer Pipe, 36 Inch Diameter" The unit contract price per lineal foot for above items shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, tees, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. The unit price per force account for "Restore Private Drainage" constitutes complete compensation for repairs, restoration, or removal, disposal and replacement of the existing private drainage system. The existing drainage system will likely be damaged during construction. SR 516 —S 231't Way Levee I mprov./Hallock 7 2 May 22, 2015 Project Number: 09-3006.2 I The Contractor shall restore the system to be a fully functional drainage system. The unit price bid shall include but not be limited to excavation and hauling; removal of portions or all of the existing system, including disposal; replacement of drainage system with a fully functional new drainage system; or repairs to the existing system if approved by the Engineer. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-05.3 Construction Requirements All manholes and catch basins shall be precast concrete units and shall conform to Kent Standard Plans 4-1, 4-2, 5-1 and 5-2 unless specified otherwise. Minimum height for Type 1-48 inch, 54 inch, and 60 inch manholes shall be 5 feet. Manholes under 5 feet in height shall conform to Kent Standard Plan 4-2. All manholes and Type I I and I I I CB structures shall be equipped with the drop rung type manhole steps and ladders in accordance with Kent Standard Plan 4-5. The ladder shall be secured from top to bottom, inside the structure wall. No 4 foot hanging ladder sections are allowed. The sanitary sewer manholes shall be fully channeled to conform to the inside diameter of the sewer line from invert to spring line, then the channel shall be vertical to the top of the pipe. The top edge of the channel shall have a radius of 1/2 to 3/4 inch. The shelves shall slope at 2 percent to the top of the channel. All manhole section joints and pick holes shall be filled with grout and smooth finished outside and inside after installation. All manhole penetrations, lifting holes, barrel joints (interior or exterior), risers, frames, and any other location determined by the Engineer, shall be sealed to prevent infiltration. The Contractor shall submit proposed sealing product literature to the Engineer for acceptance, prior to use. Manhole frame and covers shall be cast gray or ductile iron and shall comply with the following Kent Standard Plans as applicable: 4-3 Standard Manhole Frame and Locking Cover 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. SR 516 —S 231't Way Levee Improv./Hallock 7 - 3 May 22, 2015 Project Number: 09-3006.2 Care must be taken to insure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. PVC pipe adaptors shall be KOR-IN-SEAL type flexjoints or sand collars or other materials as approved by the Engineer to permit slight differential movement. All pipe materials other than the above shall be mudded directly into the manholes and catch basins using a smooth forty five (45) degree bevel from the pipe to the structure meeting ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. 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(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade All construction in performing adjustments of existing or new utilities shall conform to the WSDOT Standard Specifications, Standard Plans, Kent Standard Plans and the Kent Special Provisions. Locating all new and existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for immediate rejection. SR 516 —S 231�'Way Levee Improv./Hallock 7 - 4 May 22, 2015 Project Number: 09-3006.2 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. Thejoint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. SECTION 7-05.3(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-05.3(2) Abandon Existing Manholes Manholes being abandoned shall have the top four feet removed and the remainder of the structure filled with bankrun gravel for trench backfill or gravel borrow as included in the proposal and shall otherwise be in accordance with Section 7-05.3(2) of the WSDOT Standard Specifications. SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(3) Connections to Existing Manholes It shall be the Contractor's sole responsibility to protect the existing sewer system from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. SR 516—S 231s`Way Levee ImprovdHallock 7 - 5 May 22, 2015 Project Number: 09-3006.2 SECTION 7-05.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(4) Drop Manhole Connection Drop manhole connections shall be in accordance with Kent Standard Plan 4-6. Inside drop connections are not allowed. SECTION 7-05.3 IS SUPPLEMENTED BYADD/NG THE FOLLOWING NEW SECTIONS: 7-05.3(5) Manhole Installation on Existing Sewer The manhole will be placed on and channeled for the existing lines in their existing location. It shall be the Contractor's sole responsibility to protect the existing sewer from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. 7-05.3(6) Storm Drain Stenciling The pavement adjacent to all catch basins and inlets within the project limits shall be marked with a standard pollution prevention thermoplastic form such as the example following: No DUMPING ! 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(7) Relocate Existing Catch Basin The existing catch basin assemblies indicated to be relocated shall be carefully removed to avoid damage. The Contractor will then install the catch basin at the location indicated on the plans so that the assembly will function as shown on the plans. SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.5 Payment The unit contract price per each for "Catch Basin, Type l " constitutes complete compensation for furnishing all labor, materials, tools, SR 516 —S 231''Way Levee Improv./Hallock 7 - 6 May 22, 2015 Project Number: 09-3006.2 supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. The unit contract price per each for "Adjust Existing Manhole Cover to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. Adjusting the grade by adding or removing risers, grade rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "Manhole 60 In. Diam. Type 2" constitutes complete compensation to furnish all labor, materials, tools, supplies, and equipment necessary to provide and install the storm sewer manhole to final finished grade as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, dewatering, installing the manhole , connecting new or existing pipes, backfilling, compacting, and surface restoration. The unit contract price per each for "Waterman Model C-20 Canal Gate" constitutes complete compensation to furnish all labor, materials, tools, supplies, and equipment necessary to provide and install the canal gate in the new 60" manhole as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to installation of all brackets, bolts, shaft, pedestal support stem required to install the canal gate. For more information see Appendix 4. 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 or grate as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. SR 516— S 231s`Way Levee Improv./Hallock 7 - 7 May 22, 2015 Project Number: 09-3006.2 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 Cement Concrete Pavement ...............5-05.2 Culverts...........................................7-02.2 Storm Sewers ..................................7-04.2 Manholes, Inlets and Catch Basins ......7-05.2 Sanitary Sewer.................................7-17.2 Side Sewers .....................................7-18.2 Crushed Surfacing ............................9-03.9(3) Gravel Backfill for Pipe Zone Bedding ..9-03.12(3) Gravel Borrow ..................................9-03.14(1) Foundation Material Class I and 11.......9-03.17 Bank Run Gravel for Trench Backfill ....9-03.19 SECTION 7-08.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)A Trenches If well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the Contractor shall be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in an approved gradual manner. The Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. SR 516—S 231'Way Levee Improv./Hal lock 7 - 8 May 22, 2015 Project Number: 09-3006.2 I In the event of damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from its dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. 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 I I meeting the requirements of Section 9-03.17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. SR 516—S 231"Way Levee Improv./Hallock 7 - 9 May 22, 2015 Project Number: 09-3006.2 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 BYADDING 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). SR 516— S 231"Way Levee Improv./Hal lock 7 - 10 May 22, 2015 Project Number: 09-3006.2 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 BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(2)J Pipe Laying - PVC For PVC pipe, the Contractor shall maintain a cover over the pipe to prevent temperature deformation caused by the sun and shall remove such cover only for a sufficient time to allow the pipe to be installed. When making field cuts of PVC pipe, a new reference line shall be marked on the spigot end a distance of 4-5/8 inches from said end. Said end will provide a visual means of determining whether full insertion of the spigot into the bell has been made during installation. SECTION 7-08.3(4) IS SUPPLEMENTED BYADD/NG 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 Unless otherwise shown on the plans, street restoration shall be in accordance with the following requirements: Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4 inches crushed surfacing base course. SR 516—S 231"Way Levee Improv./Hal lock 7 - 11 May 22, 2015 Project Number: 09-3006.2 In all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 inches greater than the existing section. Where cuts have been made in cement concrete pavement, the Contractor shall reconstruct the trench area with a 6 inch thick cement concrete patch placed on a 6 inch thickness of crushed surfacing top course. In all cases, the cement concrete and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Where there is an existing asphalt overlay over cement concrete pavement, the cement concrete shall be patched to original grade as above and then overlaid with an asphalt concrete patch to existing grade. All gravel shoulders shall be restored to their original condition and shape. The Contractor shall spread a 2 inch thick layer of crushed surfacing on the shoulder. The shoulder shall be finished with a grader after backfilling and compacting and before spreading the crushed surfacing. Permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-08.4 Measurement Gravel backfill for foundation and gravel backfill for pipe zone bedding shall be measured by the ton, including haul. SECTION 7-08.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.5 Payment The unit contract price per ton for "Pipe Zone Bedding" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes SR 516—S 231s`Way Levee Improv./Hallock 7 - 12 May 22, 2015 Project Number: 09-3006.2 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 I I" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place foundation material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The unit contract price per ton for "Bank Run Gravel for Trench Backfill" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. 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. SR 516— S 231s`Way Levee Improv./HaIIOck 7 - 13 May 22, 2015 Project Number: 09-3006.2 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed.....................................8-01 .3(2)B and 9-14.2 Fertilizer ............................... 8-01 .3(2)B and 9-14.3 Mulch and Amendments.......... 8-01 .3(2)D and 9-14.4 Tackifier................................ 8-01 .3(2)E and 9-14.4(7) 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. SR 516—S 231''Way Levee Improv./Hallock a - 1 May 22, 2015 Project Number: 09-3006.2 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 BYADD/NG THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1 . WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants prohibited SR 516 —S 231"Way Levee Improv./Hallock 8 - 2 May 22, 2015 Project Number: 09-3006.2 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 B-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. SR 516 —S 231"Way Levee Improv./Hallock 8 - 3 May 22, 2015 Project Number: 09-3006.2 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 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. SR 516— S 231"Way Levee Improv./Hallock 8 - 4 May 22, 2015 Project Number: 09-3006.2 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01 .3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1 ,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 Ibs/acre of "Mix A" unless otherwise directed by Engineer. Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section SR 516 — S 231s`Way Levee Improv./Hallock 8 - 5 May 22, 2015 Project Number: 09-3006.2 8-01 .3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)E IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)E Soil Binders and Tacking Agents Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the WSDOT Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the WSDOT Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1 . Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets SR 516—S 231"Way Levee Improv./Ha l lock 8 - 6 May 22, 2015 Project Number: 09-3006.2 and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-01.3(2)H IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED 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 BYADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SR 516 —S 231"Way Levee Improv./Hal lock 8 - 7 May 22, 2015 Project Number: 09-3006.2 SECTION 8-01,5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per acre for "Seeding Fertilizing, and Mulching." shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1 . All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit bid price per lineal foot for "Silt Fence" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. The unit contract price per each for "Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit bid price per square yard for "Straw Mulch" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dried condition, and free of noxious weeds and other materials detrimental to plant life. The unit price per square yard for "Clear Plastic Covering" (6 mil polyethylene sheets) shall constitute complete compensation for furnishing, staking, maintaining and protecting, the material in place (including sand bags and stakes) on all exposed soils per the WSDOT Standard Specification and as directed by the Engineer. The unit contract price per hour for "FSC 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. SR 516—S 23V Way Levee Improv./Hallock 8 - 8 May 22, 2015 Project Number: 09-3006,2 The unit contract lump sum price for "Temporary Sediment Trap" shall be full pay for furnishing all labor, tools and equipment necessary to construct, maintain, and restore to final grade this erosion control measure. No other further compensation will be made. The unit contract price per force account for "Baker Tank" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide, maintain, and remove the baker tank for stormwater storage and disposal. 8-02 ROADSIDE RESTORATION SECTION 8-02. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.1 (1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. 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: SR 516— S 231"Way Levee Improv./Hallock 8 - 9 May 22, 2015 Project Number: 09-3006.2 Topsoil Type A, Type B, and Type C .............9-14.1 (1), (2), (3) Seed ........................................................9-14.2 Fertilizer...................................................9-14.3 Mulch and Amendments .............................9-14.4 Wood Cellulose Fiber..................................9-14.4(2) Special Planting Mixture..............................9-14.4(9) Erosion Control Devices ..............................9-14.5 Plant Materials...........................................9-14.6 Street Trees..............................................9-14.6(1)A Stakes, Guys and Wrapping ........................9-14.7 Tree Ties ..................................................9-14.7(1) Water for Plants.........................................9-25.2 i I Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(5) Planting Area Preparation The Contractor shall excavate planting pits to a depth of three feet below the top of adjacent sidewalks, or adjacent ground if trees are not being planted in sidewalk cutouts. Tree pits shall be about three feet in diameter, and shall be neat and uniform basins around each tree. The Contractor shall then place special planting mixture into the tree basins, bringing to grade about one and one-half foot below the top of the planter by compaction by repeated watering. Refer to Section 8-02.3(4) of the WSDOT Standard Specifications. SR 516— S 231s`Way Levee Improv,/Hallock 8 - 10 May 22, 2015 Project Number: 09-3006.2 SECTION 8-02.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(7) Layout of Planting The location of plantings shall be according to the landscaping details, unless otherwise directed by the Engineer. The Contractor shall layout tree, shrub and herbaceous plant locations and receive the approval of the Engineer before planting begins. SECTION 8-02.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(8) Planting All plants shall be carefully placed in excavated holes to prevent damage to fibrous root systems during placement and backfilling operations, with burlap or container removed. Plants shall be set vertically in the center of the pits, backfilled with native soil, watered and settled so that the crown of the root ball will have the same relation to finished grade as it bore to the grade of the ground from which it was dug. All street trees shall be planted in general conformance to Kent Standard Plan 6-55. SECTION 8-02.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9) Pruning, Staking, Guying, and Wrapping Pruning shall be limited to the minimum amount necessary to remove injured twigs and branches. Only cut injured limbs to the nearest lateral bud. Do not apply tree wound paint or petroleum product to tree cuts. The Contractor shall use rootball bracing (triangle method) rather than staking or guying to support new trees. SECTION 8-02.3(11) IS REVISED AS FOLLOWS: 8-02.3(11) Bark or Wood Chip Mulch Revise all references in this section from bark or wood chip mulch to "compost or xylem wood chips". SECTION 8-02.3(13) IS SUPPLEMENTED 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 inspection of work, and subsequent written notification by the Engineer. Maintenance shall include all necessary cleaning, weeding, pruning, watering, and one supplemental feeding with approved fertilizer. The Contractor shall water all trees and shrubs a minimum of once per week during the months of June through September to establish the SR 516— S 231"Way Levee Improv./Hallock 8 - 11 May 22, 2015 Project Number: 09-3006.2 vegetation during Y the dry summer months. Maintenance of this watering schedule is critical to the survival of the trees and shrubs. SECTION 8-02.3(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING. 8-02.3(14) Plant Replacement The Contractor shall replace all trees and shrubs which, in the opinion of the City Nursery Supervisor, have failed to establish themselves during the maintenance period at its sole expense. All replacement planting shall be conducted in conformance to these specifications. The unit price per lump sum for "Roadside Restoration Planting' constitutes complete compensation for all materials, labor, tools and equipment necessary to furnish and install the plants as shown on the plans and described in the specifications and its appendix. 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 price per lump sum for "Neely-Soames Homestead Site Restoration" constitutes complete compensation for all materials, labor, tools and equipment necessary to furnish and install the parking lot, paths, rain gardens, plants, and other improvements as shown on the plans and described in the specifications and its appendix. This item includes but is not limited to excavation, sand, crushed surfacing, rocks, pavers, splash pads, mulch, fertilizer, watering, planting mixture, tree ties and stakes, and for watering and maintaining for a period of not less than two calendar years. SECTION 8-02.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 1 . Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. SECTION 8-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic yard for "Topsoil Type A" constitutes complete compensation for all labor, materials, tools and equipment SR 516—S 231"Way Levee Improv./Hal Iock 8 - 12 May 22, 2015 Project Number: 09-3006.2 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 price per lump sum for "Roadside Restoration Planting" constitutes complete compensation for all materials, labor, tools and equipment necessary to furnish and install the plants as shown on the plans and described in the specifications and its appendix. 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 price per lump sum for "Neely-Soames Homestead Site Restoration" constitutes complete compensation for all materials, labor, tools and equipment necessary to furnish and install the parking lot, paths, rain gardens, plants, and other improvements as shown on the plans and described in the specifications and its appendix. This item includes but is not limited to excavation, sand, crushed surfacing, rocks, pavers, splash pads, mulch, fertilizer, watering, planting mixture, tree ties and stakes, and for watering and maintaining for a period of not less than two calendar years. 8-03 IRRIGATION SYSTEMS SECTION B-03.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-03.5 Payment The unit contract price per lump sum for "Irrigation System" constitutes complete compensation to install an irrigation system within the areas shown on the plans and described in the specifications, including its appendix. This bid item shall include but not be limited to all piping valves, heads, controls, wiring for power inside the conduit, connecting to the lighting power and any other items past the water meter necessary for a complete and operational system in both planter islands. 8-04 CURBS, GUTTERS, AND SPILLWAYS SECTION B-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways The City will provide control staking in accordance with Section 1- 05.5(6) of the Kent Special Provisions. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SR 516—S 231s`Way Levee Improv./Hallock 8 - 13 May 22, 2015 Project Number: 09-3006.2 SECTION 8-04.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-04.5 Payment Add the following to Section 8-04.5 of the WSDOT Standard Specifications: "Pedestrian Curb" "Cement Concrete Extruded Curb" The unit contract price per linear foot for the above items shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES SECTION 8-06,3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.3 Construction Requirements Cement Concrete Driveways shall be installed at the locations indicated on the plans or where directed by the Engineer. See Kent Standard Plan 6-43. Cement concrete driveways and associated cement concrete curb drops shall be constructed using a 3-day mix. In addition, the Contractor shall immediately implement temporary provisions for access so that no driveway is out of service. Also the Contractor shall not simultaneously work on more than one driveway serving a property. 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. SECTION 8-12.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(1) Chain Link Fence and Gates Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. Temporary fencing shall include chain link fabric as described in WSDOT Stabdard Specifications Section 8-12.3(1)D and Kent Special Provisions Section 9-16.1 (1)B. Temporary fencing shall also include black windscreen/privacy mesh, SR 516 —S 231"Way Levee Improv./Hallock 8 - 14 May 22, 2015 Project Number: 09-3006.2 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 BY ADDING 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 and chain link fabric 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. "Temporary Fencing," per linear foot. 8-13 MONUMENT CASES SECTION 8-13.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-13.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: SR 516—S 2315°Way Levee Improv./Hal lock 8 - 15 May 22, 2015 Project Number: 09-3006.2 The unit contract price per each for "Adjust Existing Monument. Case and Cover to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the monument, case, and cover 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 6-72. The unit contract price per each for "Install New Monument. Case and Cover to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the new monument, case, and cover to finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating, backfilling, compacting, surfacing and restoration. Reference Kent Standard Plan 6-72. 8-14 CEMENT CONCRETE SIDEWALKS SECTION B-14. 1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-14.1 Description This work shall also consist of constructing wheel chair ramps at all street intersections, curb return driveways, or other locations in accordance with these specifications and in reasonable close conformity to the dimensions and cross-sections shown in the plans and to the lines and grades as staked by the Engineer. SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING_ 8-14.3(3) Placing and Finishing Concrete The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. After trowling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a traverse direction with a stiff bristled broom. The curb face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Expansion and contraction joints shall be constructed as shown in the Standard plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full cross-section of the sidewalk with 3/8-inch premolded joint filler. SR 516—S 231"Way Levee Improv,/Hallock 8 - 16 May 22, 2015 Project Number: 09-3006.2 Sidewalk ramps shall be of the type specified in the plans. The detectable warning pattern shall have the truncated dome shape shown in the Standard Plans and may be formed by either embossing the wet concrete, adding a manufactured material after the concrete has cured, or installing masonry or ceramic tiles. When masonry or ceramic tiles are used, the Contractor shall block out the detectable warning pattern area to the depth required for installation of the tiles and finish the construction of the concrete ramp. After the concrete has set and the forms have been removed, the Contractor shall install the tiles using standard masonry practices. The two-foot wide detectable warning pattern area on the ramp shall be yellow and shall match the color of "Standard Interstate Yellow" paint as specified in Formula K-2-83. Yellow masonry paint for precast curbs, Formula H-3-83, may be used for truncated dome patterns embossed into the concrete surface. SECTION 8-14.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-14.5 Payment Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the Proposal: "Cement Concrete Sidewalk," per square yard "Cement Concrete Sidewalk Ramp Type Perpendicular A," per each "Cement Concrete Sidewalk Ramp Type Parallel A," per each "Cement Concrete Sidewalk Ramp Type Single Direction A," per each The unit bid per square yard or per each for the above items constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk and wheelchair ramps as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalks and ramps that are disturbed from sidewalk forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. Unit price shall also include all work necessary to discontinue sidewalk panels at locations of existing power poles. Contractor shall note that some power poles will need to remain in- place until completion of the electrical conversion. This bid item shall include all costs associated with discontinuing sidewalk at pole locations, remobilization after pole removal, and completion of sidewalk system. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL SECTION 8-20.1 IS REVISED AS FOLLOWS: 8-20.1 Description THE SECOND PARAGRAPH IS REVISED TO READ AS FOLLOWS: SR 516—S 23V Way Levee Improv./Hallock 8 - 17 May 22, 2015 Project Number: 09-3006.2 Unless otherwise noted in the plans, the locations of traffic signal poles, controller cabinets, and street light standards are exact. The locations of junction boxes, conduits and similar appurtenances shown in the plans are approximate; and the proposed locations will be staked or similarly marked by the Contractor and approved by the Engineer. SECTION 8-20.2(1) IS REVISED BY ADDING THE FOLLOWING TO PARAGRAPH 3, FOLLOWING ITEM2: 8-20.2(1) Equipment List and Drawings 3. Photometric curve data provided in electronic format IES format files provided on a 3 1/2 inch diskette or CD-ROM disk. 4, Photometric calculations showing that the proposed Iuminaire meets the minimum street lighting requirements of the City. 5. Catalog Cuts and/or ordering information clearly showing selected Iuminaire options. 8-20.3 Construction Requirements SECTION 8-20.3(5) IS REVISED AS FOLLOWS: 8-20.3(5) Conduit THE SECOND PARAGRAPH IS REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: The size of conduit used shall be that size shown in the plans. Conduits smaller than 2-inch electrical trade size shall not be used. No conduit run shall exceed 225 degree total bends in any run without prior approval of the Engineer. THE FOLLOWING PARAGRAPH IS ADDED AFTER THE SECOND PARAGRAPH: The Contractor shall install 1/4 inch diameter nylon pull rope in all conduit runs. A tracer wire terminating within junction boxes shall be installed in all conduits intended for future use. The tracer wire shall be uninsulated #8 AWG stranded copper. THE FOLLOWING CHANGES APPLY TO THE NUMBERED ITEMS FOLLOWING THE WORDS"Galvanized steel conduit shall be installed at the following locations:" Item 1. Change to read "All State highway roadbed crossings" Item 3. Contents are deleted, leaving it BLANK THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-20.3(8) Wiring All splices in underground illumination circuits and induction loops circuits shall be installed within junction boxes. The only splice allowed SR 516 —S 23Vt Way Levee Improv./Hallock 8 - 18 May 22, 2015 Project Number: 09-3006.2 in induction loop circuits shall be the splice connecting the induction loop lead in conductors to the shielded home run cable. Splices for illumination circuits, including two way, three way, four way and aerial splices, and splices for induction loop circuits shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) of the Kent Special Provisions to seal each splice individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. SECTION 8-20.3(10) IS REVISED AS FOLLOWS: 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets THE LAST PARAGRAPH OF THIS SECTION IS DELETED IN ITS ENTIRETY! SECTION 8-20.3(14)C IS REVISED AS FOLLOWS: 8-20.3(14)C Induction Loop Vehicle Detectors THE LAST SENTENCE IN ITEM 2 IS REVISED TO READ: Each additional loop installed in the lane shall be on 12 foot centers. ITEM 4 IS REVISED AS FOLLOWS: 4. All content after the first sentence is DELETED. ITEM 9 AND ITEM 10 CONTENTS ARE DELETED, LEAVING THEM BLANK SECTION 8-20.3(14)C IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THIS SECTION: Loop sealant shall be CrafcoTm Loop Detector Sealant 271 , or approved equal. Installation shall conform to the manufacturer's recommendations. SECTION 8-20.3(14)D IS REVISED AS FOLLOWS: 8-20.3(14)D Test for Induction Loops and Lead-In Cable SPECIFIED TESTS ARE REVISED AS FOLLOWS: Test B — A megger test at 500 volts DC shall be made between the cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 200 megohms. Test C — A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 200 megohms. SR 516— S 231"Way Levee Improv./Hallock 8 - 19 May 22, 2015 Project Number: 09-3006.2 SECTION 8-20.3(14)E IS REVISED AS FOLLOWS. 8-20.3(14)E Signal Standards ITEM B IS REVISED AS FOLLOWS: 8. All tenons shall be field installed using Astro-BracTm AB-3008 Clamp Kits, or pre-approved equal. SECTION B-20.5 IS SUPPLEMENTED BYADD/NG THE FOLLOWING: 8-20.5 Payment The contract price shall also include equipment, tools, materials and labor necessary for the temporary operation of the existing traffic signal system during installation of the new system as well as removal and disposal/salvage of the existing traffic signal system. Payment under this item shall include compensation for testing and miscellaneous items necessary to provide a complete and fully operational lighting system. The unit contract price per lineal foot for "Supply and Install 4 Inch Diameter Schedule 80 PVC Conduit" constitutes complete compensation for furnishing all labor, tools, supplies, equipment and materials to furnish and install thejunction box, including dewatering if necessary, backfill compaction, adjustment to final grade and tack welding lid shut after final inspection. The unit contract price per each for 'Junction Box. Type 1" constitutes complete compensation for furnishing all labor, tools, supplies, equipment and materials to furnish and install the junction box, including dewatering if necessary, backfill compaction, adjustment to final grade and tack welding lid shut after final inspection. 8-21 PERMANENT S I GN I NG SECTION B-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 240`h Street (a.k.a. West James Street.) All signs shall be delivered to the Sign Shop prior to physical completion of the project. The Contractor shall be charged $2.00 per square foot for any signs that are lost or are rendered unusable as signs by the Contractor's operation. Also see Section 2-02.3 of the Kent Special Provisions. SR 516 —S 231"Way Levee Improv./Hallock 8 - 20 May 22, 2015 Project Number: 09-3006.2 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 BYADDING THE FOLLOWING: 8-21.5 Payment The unit contract price per lump sum for "Removal of Traffic Signs" constitutes complete compensation for all labor, materials, supplies and equipment necessary to remove, dispose, salvage, or deliver the traffic signs shown on the plans and described in the specifications. 8-22 PAVEMENT MARKING SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description THE TEXT UNDER CROSSWALK STRIPE IS REPLACED WITH THE FOLLOWING: A series of pairs of parallel SOLID WHITE lines, 8-feet long, 8 inches wide, aligned parallel with the direction of traffic, with an 8 inch space between the lines. Pairs are located as shown in Kent Standard Plan 6-75. THE TEXT UNDER TWO WAY LEFT TURN STRIPE IS REPLACED WITH THE FOLLOWING: A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4 inch space. The broken or "skip" pattern shall be based upon the City's 12-foot line and a 30-foot space, except where the existing paint markings use a different pattern in which case the existing pattern will be used. The solid line shall be installed to the right of the broken line in the direction of travel. THE FOLLOWING NEW PAVEMENT MARKING IS ADDED: Yellow Painted Curb A SOLID YELLOW stripe,just wide enough to completely cover the concrete curbing. SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Material for pavement and curb markings shall be white or yellow paint as noted in the Proposal and Bid Item Descriptions. All paint, including the paint for the concrete curbs, shall be described in the Qualified SR 516—S 231s`Way Levee Improv./Hallock 8 - 21 May 22, 2015 Project Number: 09-3006.2 Products List as "Temporary Pavement Marking Paint — Low VOC Solvent Based." Paint and sprayed material shall be applied with a top dressing of glass beads. All Paint shall comply with the specifications for no heat, instant dry pavement markings. Glass beads shall be AC-110 Highway Street Spheres, or pre-approved equal. Material for pavement markings shall be paint, plastic or Raised Pavement Markings (RPMs) as noted in the bid item. Paint and plastic shall be selected from materials listed in the Qualified Products list (QPL). Material for RPMs shall meet the requirements for Section 8- 09.2. SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION 5-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). SR 516 —S 231"Way Levee Improv./Ha l lock 8 - 22 May 22, 2015 Project Number: 09-3006,2 SECTION B-22.3(6) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8-09.3(1) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION B-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement Painted yellow curb, white edge line paint stripe, double yellow center paint stripe, and two way left turn stripe shall be measured by the completed linear foot. The measurement for all painted stripes will be based upon a marking system capable of simultaneous application of two 4-inch lines with one 4-inch space between the two lines. No deduction will be made for the unmarked area when the pavement marking includes a skip stripe; and no additional measurement will be allowed when more than one line can be installed on a single pass of the marking system. Measurement of raised pavement markers will be units of one hundred for each type of marker furnished and set in place. SECTION B-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the Proposal: "White Edge Line Paint Stripe," per linear foot. SR 516— S 23V Way Levee Improv./Hallock 8 - 23 May 22, 2015 Project Number: 09-3006.2 8-23 TEMPORARY PAVEMENT MARKINGS THE FIRST PARAGRAPH OF SECTION 8-23.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.1 Description The work shall consist of furnishing, installing and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the plans and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Edge lines shall be installed unless otherwise specified in the Contract. SECTION 8-24 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING SECTION 8-24.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-24.5 Payment The contract price per square yard for "Gravity Block Retaining Wall 4 Foot and Less in Height" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to install 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 BYADDING THE FOLLOWING NEW SECTIONS: 8-26 BOLLARDS 8-26.1 Description This work shall consist of pick-up and transport of the City supplied fixed or removable bollards from the City Parks Maintenance Office at 5821 South 240th Street (253) 856-5120, then installing them at the locations shown on the plans and described by the specifications and details. The Contractor shall notify and make arrangements for pickup with the Parks Department a minimum of 2 weeks prior to installing the bollards. 8-26.2 Materials Foundation shall be cement concrete class 3000 and rebar shall be A60 steel. Bedding shall be 5/8 inch crushed gravel. 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. SR 516—S 231"Way Levee Improv./Hal lock 8 - 24 May 22, 2015 Project Number: 09-3006.2 8-26.3 Construction Requirements The bollard shall be installed plumb, plus or minus 1 112 degrees, and spaced a minimum of 3 feet or a maximum of 5 feet apart. The foundation shall not be less than 12 inches in diameter and 24 inches deep. If the Contractor damages the bollards during pickup, transport, or installation, the Contractor shall repair or replace the bollards to a condition satisfactory to the Engineer. 8-26.4 Measurement Fixed or removable bollards shall be measured per each bollard furnished and installed. 8-26.5 Payment Payment will be made in accordance with Section 1 -04.1 , for the following bid item when they are included in the Proposal: The unit contract price per each for "Install City Supplied Fixed or Removable Bollard" shall be full compensation to furnish all labor, materials, tools, supplies, and equipment necessary to install the fixed or removable bollards as shown on the plans and described in the specifications and details. The unit contract price per each for "Remove Existing Bollard" shall be full compensation to furnish all labor, materials, tools, supplies, and equipment necessary to remove and dispose of existing bollards as shown on the plans and described in the specifications. 8-28 POTHOLE UTILITIES 8-28.1 Description This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. SR 516— S 231s`Way Levee Improv./Ha l lock 8 - 25 May 22, 2015 Project Number: 09-3006.2 I 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The contract price per each for "Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. 8-30 PROJECT SIGNS 8-30.1 Description I This work shall consist of providing all posts, braces, and hardware and installation and maintenance of City-furnished project signs where shown in the plans or where directed by the Engineer. Contractor shall pick up signs at the City Maintenance Shop on West James Street, telephone (253) 856-5600. Contractor shall provide two weeks notice to the Shops prior to installation to schedule pickup. All project signs become the property of the City at the end of the project, and the Contractor shall 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 (3) vertical 4 inch x 4 inch Fir posts shall be attached to the sign board. 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. SR 516— S 231"Way Levee Improv./Hallock 8 - 26 May 22, 2015 Project Number: 09-3006,2 8-30.3 Installation Fasten two (2) vertical 4 inch x 6 inch Fir posts evenly spaced at the back of the sign board. Posts shall be of break-away design with no more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.4 Measurement Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs—as determined by the Engineer—shall be deemed noncompliance with this Specification. 8-30.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid item when they are included in the Proposal: The unit contract price per each for "Project Sign Installation" constitutes complete compensation for furnishing all labor and materials, to pick up sign(s) from the City Shops, 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(1) 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 SR 516 —S 231 st Way Levee Improv./Hallock 8 - 27 May 22, 2015 Project Number: 09-3006.2 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. Non Shrink Grout Section 9-20.3(2) ASTM C1107 Crushed Surfacing Top Course Section 9-03. 9(3) i 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" will not be measured for payment. The "Install Concrete Stairs" 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 SR 516— S 231"Way Levee Improv./Hallock 8 - 28 May 22, 2015 Project Number: 09-3006.2 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. 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" 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 UNDERGROUNDING OF ELECTRICAL FACILITIES 8-32.1 Description The work to be performed shall consist of excavating the joint trench for installation of conduits, and vaults as required for the installation of City, PSE, and Comcast facilities, removal of obstructions, bedding the conduit and vaults, installation of PSE, and Comcast furnished conduit, installation of PSE, and Comcast furnished vaults and pedestals as shown on the City's, PSE, and Comcast plans. Work shall include, but not be limited to: 1 . Pothole locations prior to excavation of trench and vaults to verify the adequacy of the selected location. 2. Saw cut concrete pavement as required by the plans and excavate for conduit and vault installation. 3. Excavate the trench and vault locations. 4. Protect and support all exposed utilities. 5. Coordinate with PSE to support poles during excavation. 6. Coordinate with PSE, and Comcast for the delivery of conduit and vaults. Contractor shall provide secure area to store materials provided to the utility companies. 7. Install PSE, and Comcast furnished conduit, bends, connections, pole risers, handholes and vaults as shown on the plans. 8. Furnish and install City conduit, bends connections, pole risers, hand holes, and vaults as shown on the plans. 9. Furnish, place and compact conduit and vault bedding. 10. Furnish and install identification tape. SR 516—S 231s`Way Levee Improv./Hallock 8 - 29 May 22, 2015 Project Number: 09-3006.2 11 . Connect conduits to new and existing vaults, including all bends and fittings required. 12. Installing PSE ground rods, ground plates, conduit risers and other electrical hardware as required by the plans and specifications. 13. Cutting and capping of conduit as required to provide temporary and permanent terminations. 14. Proofing of conduit by blowing clean with compressed air and pulling a cleaning mandrel correctly sized for each conduit to ensure that no deformities are present in the conduit. 15. Furnish, place and compact backfill, surface restoration for trenches. 16. All other work as required to provide a complete system as shown on the Plans and Specifications. PSE, and Comcast will be furnishing and installing cable, conductors and other electrical and cable equipment. Contractor is responsible for coordinating with PSE, and Comcast for their installation of cables. Contractor is responsible for reviewing PSE, and Comcast drawings and determining the quantity of each conduit size required in the trench. Contractor shall anticipate that water will be found in the excavation for the trench and vaults and shall include costs for dewatering in his unit bid prices. Reference Section 1-05.14 "Cooperation With Other Contractors" of the Kent Special Provisions for additional requirements. The Contractor shall anticipate that final utility conversions and pole removal shall not be completed for 150 days after completion of the underground utility installation. 8-32.2 Materials Conduits, elbows, bends, vaults, handholes and manholes shall be furnished by PSE, Centuryl-ink and Comcast, except for City's facilities which shall be furnished by Contractor. The identification tape shall be polyethylene, 5 mil tape with 112 mil aluminum center core. Electrical tape shall be 6 inch wide, red in color, with non-ferrous metal conductor sandwiched in the tape to allow detection. The words "Caution - electrical utilities below" shall be printed on the tape. Telecommunication tape shall be 6 inch wide, orange in color, with non-ferrous metal conduction sandwiched in the tape for detection purposes. The words "Caution - telecommunication line below" shall be printed on the tape. The backfill material for trench and vault excavations shall conform to the requirements of Crushed Surfacing Top Course 5/8 Inch Minus. See Section 9-03.9(3) of the WSDOT Standard Specifications. Sand for conduit bedding shall meet the requirements of Section 9- 03.13 (backfill for sand drains) of the WSDOT Standard Specifications, SR 516—S 231"Way Levee Improv./Hallock 8 - 30 May 22, 2015 Project Number: 09-3006.2 Foundation material to replace unsuitable material removed from unstable trench bottoms as directed by the Engineer shall conform to the requirements of Section 9-03.17 of the Kent Special Provisions. 8-32.3 Construction Requirements 8-32.3(1) Vault Excavation See Section 2-09 of the WSDOT Standard Specifications, except as herein modified and/or supplemented. Where indicated on the plans or where directed by the Engineer, excavation and foundation preparation required for the installation of electrical and telephone vaults and electrical and telephone handholes by the serving utility, shall be performed by the Contractor. The foundation shall consist of a six (6) inch thick layer of crushed surfacing top course (5/8 minus) compacted to 95 percent maximum density measured in accordance with Section 2-03.3(14)D of the WSDOT Standard Specifications by use of compaction equipment specified in Section 2-09 of the WSDOT Standard Specifications. The excavation shall be backfilled in conformance with the requirements of Section 2-09 of the WSDOT Standard Specifications. 8-32.3(2) Trench Excavation and Backfill for Electrical, Telephone and TV The excavation required for the installation of electrical, telephone and TV conduit shall be performed by the Contractor. The trenches shall not be excavated wider than necessary for the proper installation of the electrical, TV and telephone appliances. Locations of conduit and vaults shown on the plans are approximate. The Engineer, utility company, representative and the Contractor will coordinate actual location of vault handholes, manholes and conduits as necessary to avoid conflicts with existing utilities and appurtenances. Contractor shall adjust the depth and width of the trench as required at utility crossings. The excavation shall be backfilled in conformance with other applicable requirements as outlined elsewhere in these Kent Special Provisions and WSDOT Standard Specifications. Typical trench details are shown on the plans. The Contractor shall use crushed surfacing top course, 5/8 inch minus for backfill and shall dispose of all excess material as directed by the Engineer. It shall be the Contractor's responsibility to coordinate his work with the serving utility prior to and during construction and shall protect the owner against any and all damages arising therefrom. SR 516— S 231"Way Levee Improv./Ha l lock 8 - 31 May 22, 2015 Project Number: 09-3006.2 8-32.3(3) Trench Bottom Stabilization 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 or I I 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. 8-32.3(4) Backfill for Electrical, Telephone and TV Trench Wherever a trench is excavated in a paved roadway, sidewalk or other areas where minor settlement would be detrimental and where the native excavated material is deemed not suitable for compaction as backfill by the Engineer, the trench shall be backfilled with crushed surfacing top course, 5/8 inch minus. The backfill material shall be placed in successive layers, not exceeding twelve (12) inches in loose thickness, each layer shall be compacted to at least 95 percent of maximum dry density in accordance with ASTM D-1557. 8-32.3(7) Conduit Installation Contractor is responsible for the installation of PSE, and Comcast- furnished conduit. Contractor is responsible for furnishing and installing City conduit. Conduit shall be installed by the Contractor in accordance with NEC and these specifications. Contractor shall be responsible for all coordination work between PSE, and Comcast. All conduit shall be proofed by being blown clean with compressed air and pulled with a mandrel correctly sized for each conduit. The Contractor shall furnish and install 1/4" diameter nylon rope in all City conduit runs. PSE, and Comcast shall supply all conduit material including all bends, radius conduits, brackets and collars for stacking the conduit. Contractor shall furnish all conduit material including all bends, radius conduits, brackets and collars for stacking the conduit for City owned facilities as shown on the plans. 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: The unit contract price per lineal foot for "Joint Utility Trench (4 Ft. Wide, 3 Ft. Cover)" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to excavate and backfill for trenches as shown on the plans and described in the SR 516— S 23V Way Levee Improv,/Hallock 8 - 32 May 22, 2015 Project Number: 09-3006.2 specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill (with low permeability fill, crushed surfacing and topsoil as shown on the plans) and compaction, cleanup and all other work described in Section 8-32.1 of the Kent Special Provisions. Cost to coordinate with utilities to place their facilities in the trench and to obtain utility supplied conduit shall be included in this bid item. "PSE — Vault Excavation and Installation (575)" "Comcast — Vault Excavation and Installation (3048 Open Bottom Vault)" "Comcast — Vault Excavation and Installation (2436 Open Bottom Vault)" The unit contract price per each for the above items of the size specified shall constitute complete compensation for all labor, materials, tools, supplies and equipment necessary to excavate, and install the utility vaults as shown on the plans and as described in the specifications. The bid price includes, but is not limited to: backfill (when native material is to be used), dewatering, and cleanup and all other work described in Section 8-32.1 of the Kent Special Provisions. "PSE — Installation and Proofing of 4 Inch Diameter PSE Conduit" "Comcast — Installation and Proofing of 4 Inch Diameter Comcast Conduit" The unit contract bid price per linear foot for the above items shall constitute full compensation for all materials, supplies, labor, equipment and tools required to install the utility company supplied conduit as shown on the plans. Also included in this bid item are all costs associated with proofing the conduit and all other installation requirements outlined in Section 8-32.1 of the Kent Special Provisions, SR 516 —S 231"Way Levee Improv./Hallock 8 - 33 May 22, 2015 Project Number: 09-3006.2 DIVISION 9 - MATERIALS 9-03 AGGREGATES SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: 9-03.12(3) Gravel Backffill for Pipe Zone Bedding Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: Sieve Size Passing 3/4 Inch 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. SECTION 9-03.14(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 3Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. Where additional materials are required to formulate the street sub- base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. SR 516— S 231"Way Levee Improv./Hallock 9 - 1 May 22, 2015 '. Project Number: 09-3006.2 * 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. 9-03.14 (5) Low Permeability Fill for Levee Embankment Material for the levee embankment shall be clay or silty/clayey sand either naturally occurring or processed, and shall be homogenous in nature consisting of at least 30% be weight passing the No. 200 sieve, a minimum plasticity index of 8, a maximum liquid limit of 45 and be deleterious materials. The Allowable Unified Soil Classification System (USCS) classifications acceptable are CL, SC or SM. A sieve analysis (ASTM D 422) and Atterberg limits (ASTM D 4318) shall be used to verify that these requirements are met. Compaction requirements shall be a maximum lift thickness of 8 inches and at least 92 percent of the maximum dry density determined in accordance with 1157. The compaction moisture content shall be between 1 percentage point below and 3 percentage points above the optimum water content The material shall be blend adequately during placement such that the compacted material forms a uniform, homogenous, stiff, void free, and relatively impervious compacted fill. Recycled materials such as broken concrete or asphalt shall not be allowed. SECTION 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.17 Foundation Material Class I and Class I I Foundation Material Class I and Class I I shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class I I shall conform to the following gradations: Percent Passing Sieve Size Class I Class 11 6" square 100 --- 4" square --- 100 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. SR 516— S 231"Way Levee Improv./Ha l lock 9 - 2 May 22, 2015 Project Number: 09-3006.2 Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. I Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2.48 min SECTION 9-03.21(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-03.21(1)D Recycled Steel Furnace Slag I j Steel Furnace Slag shall not be used for any purposes. 9-13 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR EROSION AND SCOUR PROTECTION AND ROCK WALLS j SECTION 9-13 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-13.8 Rock for Ditches Rocks for ditches shall meet the following requirements for grading: Sieve Size Percent Passing 12" 95 to 100 6" 40 to 60 3" 10 to 20 3/4" 0 to 5 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.1(1) Topsoil Type A Topsoil Type A shall be free of weeds and consist of the Special Planting Mixture per Section 9-14.4(11) of these Kent Special Provisions with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. SECTION 9-14.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: SR 516 —S 231s`Way Levee Improv./Hal lock 9 - 3 May 22, 2015 Project Number: 09-3006.2 Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix B (Landscaped Area Grass): Weight Seed Mix "B" Min. % Min. % Max. % Proportion In rcdient Pure Seed Germination Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewin s Fescue 95% 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual R e rass 95% 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) Available phosphorous............. 0% (Analyzed as P205) Available potassium ................ 10% SR 516—S 231"Way Levee Improv./Hal lock 9 - 4 May 22, 2015 Project Number: 09-3006.2 i I i (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments SECTION 9-14.4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. SECTION 9-14.4 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 9-14.4(11) Special Planting Mixture i Special planting mixture shall consist of two-way mix consisting of 25% Pacific Garden Mulch and 75% Loamy Sand by volume. The organic component shall consist of composted yard debris or organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content. Loamy sand shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading. Sieve Percent Size Passing 1/4" square 100 US No. 10 80-90 US No. 30 65-70 US No. 60 25-35 US No. 100 15-25 US No. 200 5-10 The loamy sand shall be free from subsoil, noxious weed seed and other foreign substances and shall have a pH factor of between 5.0 and 6.0. Maximum Electrical Conductivity shall be 2.0 milliohms. Contractor shall submit a certified laboratory analysis from an accredited soils testing laboratory indicating the material source and compliance with all planting soil specifications to the Engineer for SR 516—S 231"Way Levee Improv,/Hallock 9 - 5 May 22, 2015 Project Number: 09-3006.2 approval before delivery to the Project Site. The analysis shall be with a sample size of no less than one gallon. 9-14.4(12) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. 9-16 FENCE AND GUARDRAIL SECTION 9-16.1(9)B IS DELETED AND REPLACED WITH THE FOLLOWING: 9-16.1 (1)B Chain Link Fence Fabric Chain link fabric shall consist of 9 gage wire (0.148-inch diameter) for all fences unless specified otherwise. The fabric wire shall be: Galvanized steel wire conforming to ASTM A 392. Galvanizing shall be Class I performed by the hot dip process. The wire shall be woven into approximately 2-inch diamond mesh. The width and top and bottom finish of the fabric shall be as shown in the plans. 9-28 SIGNING MATERIALS AND FABRICATION SECTION 9-28.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-28.1 General All signs shall be reflectorized except for City Project Signs. ALL PERMANENT SIGNS, EXCEPT "NO PARKING ANYTIME" SIGNS SHALL HAVE VIP SIGNS AND CLASS A TEMPORARY DIAMOND GRADE RETRO- REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE PLANS. "NO PARKING ANYTIME" signs shall have engineer grade retro- reflectorized sheeting. SR 516—S 231-r Way Levee I mprov./Hallock 9 - 6 May 22, 2015 Project Number: 09-3006.2 SECTION 9-28.94(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.14(2) Steel structures and Posts Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall thickness shall be as specified in the plans or Standard Plans. All other structural steel for sign bridge structures and cantilever sign structures shall conform to ASTM A 36. Truss member connection hardware shall conform to Section 9-06.5(3). Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural steel for bridge mounted sign brackets shall conform to ASTM A 36. U bolts, and associated nuts and washers, shall be stainless steel conforming to Section 9-28.11, and shall be fabricated hot. Anchor rods, nuts and washers for sign bridge structure foundations shall conform to Section 9-06.5(4). Anchor rods for cantilever sign structure foundations shall conform to ASTM F 1554 Grade 104, including the appropriate supplemental requirements for grade and manufacturer's identification, and charpy impact testing (15 foot- pounds minimum at 40F). Nuts and washers for cantilever sign structure foundations shall conform to AASHTO M 291 Grade DH and AASHTO M 293, respectively. Anchor rods for sign bridge structures and cantilever sign structures shall be galvanized after fabrication a minimum of 1 '-0" at the exposed end in accordance with AASHTO M 232. Anchor rod templates shall conform to ASTM A 36, but need not be galvanized. Steel sign structures and posts shall be galvanized after fabrication in accordance with AASHTO M 111 , unless noted otherwise in the plans. All bolts, nuts, and washers shall be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise specified in the plans or Kent Special Provisions, metal surfaces shall not be painted. Minor fabricating and modifications necessary for galvanizing will be allowed if not detrimental to the end product as determined by the Engineer. If such modifications are contemplated, the Contractor shall submit to the Engineer, for approval six copies of the proposed modifications, prior to fabrication. 9-29 ILLUMINATION SIGNAL ELECTRICAL SECTION 9-29. 1 IS SUPPLEMENTED BYADDING THE FOLLOWING PARAGRAPH TO THE BEGINNING OF THIS SECTION: I SR 516—S 231"Way Levee Improv./Hallock 9 - 7 May 22, 2015. Project Number: 09-3006.2 9-29.1 Conduit, Innerduct, and Outerduct Unless otherwise specified on the Street Lighting or Traffic Signal Plans, all conduits for street lighting, traffic signals and traffic signal interconnect cables for projects within the city limits of Kent shall be Schedule 80 PVC conduit, minimum size 2 inches. 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes SECTION 9-29.2(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THIS SECTION: 9-29.2(1) Standard Duty and Heavy-Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. SECTION 9-29.3 IS REVISED AS FOLLOWS: 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable SECTION 9-29.3(2)1 IS REVISED AS FOLLOWS: 9-29.3(2) 1 Twisted-Pair Communication Cable Replace "AWG 22" with "#AWG 19". THE LAST SENTENCE IN THE FIRST PARAGRAPH HAS BEEN REVISED TO READ AS FOLLOWS: This cable shall be filled with a gel compound to resist water penetration and migration unless otherwise specified by the plans. 9-29.6 Light and Signal Standards SECTION 9-29.6(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-29.6(2) Slip Base Hardware INSERT THE FOLLOWING PARAGRAPH AT THE BEGINNING OF THIS SECTION: Unless otherwise specified on the Street Lighting Plans, street light standards shall not have slip bases. SECTION 9-29.6(5) IS SUPPLEMENTED AT THE END OF THE SECTION WITH THE FOLLOWING PARAGRAPH: 9-29.6(5) Foundation Hardware Breakaway supports for street light standards shall conform to Precisionform Inc. model PFI 200-1A Breakaway Supports, or approved equal. SR 516 — S 231s`Way Levee Improv./Hallock 9 - 8 May 22, 2015 Project Number: 09-3006.2 SECTION 9-29.6 IS SUPPLEMENTED R1°ADDING THE FOLLOWING NEW SECTION: 9-29_6(6) Aluminum Light standards Pale shafts shall be constructed of seamless extruded tubes of 6063 aluminum alloy per ASTM B221 and shall be full-length heat treated after welding on the base flange to T-6 temper. The shaft shall be free of longitudinal welds. The pole cap shaft, when required, shall be cast aluminum 443 or 356F aluminum alloy and attached utilizing stainless steel screws. Pole base flanges shall be one piece cast socket of aluminum alloy 356 per ASTM B 26 or B108. The base flange shall be joined to the pole shaft by means of complete circumferential welds; externally at the top of the flange and internally at the bottom of the shaft tube. Single arm members shall be tapered and ellipsized from 6063-T6 aluminum alloy tubing. Arms shall be welded to an extruded mounting plate of 6063-T6 aluminum alloy and attached to the pole shaft by means of four 1/2 inch diameter stainless steel bolts, nuts and washers. A grommeted 1 1/4 inch cable entry (1 inch I.D. rubber grommet) shall be provided in the pole shaft at the arm mounting location. Arms shall have 2 inch N.P.S. slipfitters at least 8 inches in length. 9-29.10 Luminaires SECTION 9-29.10(1) IS REVISED AS FOLLOWS: 9-29.10(1) Conventional Roadway Luminaires REPLACE THE FIRST SENTENCE OF THE FIRST PARAGRAPH WITH THE FOLLOWING: All luminaires shall come equipped for IES type III, medium cutoff light distribution unless otherwise specified on the Street Lighting Plans and/or Traffic Signal Plans when those signals include street lighting luminaires. THE FOLLOWING PARAGRAPHS ARE ADDED TO THE END OF THIS SECTION: The only approved street lighting luminaires for this project are as follows: For 400 Watt Luminaires: GE Model M400A POWR/DOOR WITH CUTOFF OPTICS, Ordering number: MDCL 40 S 3 M 1 2 F MC3 2 N For 250 Watt Luminaires: GE Model M400A POWR/DOOR WITH CUTOFF OPTICS, Ordering number: MDCL 25 S 3 M 1 2 F MC3 2 N SR 516— S 231� Way Levee Improv./Hallock 9 - 9 May 22, 2015 Project Number: 09-3006.2 For 200 Watt Luminaires: GE Model M400A POWR/DOOR WITH CUTOFF OPTICS, Ordering number: MDCL 20 S 3 M 1 2 F MC3 2 N For 150 Watt Luminaires: GE Model M-250A2 POWR/DOOR WITH CUTOFF OPTICS, Ordering number: M2AC 15 S 3 M 1 G MC3 2 U For 100 Watt Luminaires: GE Model M-250A2 POWR/DOOR WITH CUTOFF OPTICS, Ordering number: M2AC 10 S 3 M 1 G MC3 2 U Other street lighting luminaires may be submitted for approval, PROVIDED that they possess the same serviceability characteristics as the pre-approved models, and the submittal is accompanied by photometric calculations showing that they are photometrically equivalent to the approved products. 9-29.12 Electrical Splice Materials SECTION 9-29.12(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(1) Illumination Circuit Splices Aerial splices may employ split bolt connectors. Below grade splices and taps shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. They shall employ the following moisture-blocking insulation. ScotchTm 2200/2210 Vinyl Mastic products, followed by an overwrap with a minimum of two half-lapped layers of vinyl plastic electrical tape, and a final layer of consistently- applied ScotchkoteTM 054007-14853 Electrical Coating. SR 516—S 23V Way Levee I mprov./Hal lock 9 - 10 May 22, 2015 Project Number: 09-3006.2 LANDSCAPING IRRIGATION SPECIFICATIONS SR 516—S 231s`Way Levee Improv./Hallock A - 1 May 22, 2015 Project Number: 09-3006.2 RUSSELL ROAD SOUTH REACH LEVEE APPENDIX LANDSCAPE SPECIFICATIONS SECTION 02900 LANDSCAPING 1.01 SUMMARY A. This section specifies Landscaping which comprises furnishing all materials, equipment, and labor necessary for the preparation and installment of soil, soil stabilization, plant materials, mulch, tree stakes, maintenance of plantings and the installation of rock, gravel, and pots. 1.02 REFERENCED STANDARDS A. General: All work shall be in accordance with Uniform Building Code and City of Seattle requirements. Any material specified by reference to the number, symbol, or title of a specific standard, such as commercial, federal specification, a trade association standard or other similar standard, shall comply with the requirements in the latest revision thereof and any amendment with supplement thereto in effect on the date of invitation for bids, except as limited to type, class or grade, when modified in such reference. B. Plant Materials: All plant material shall meet the American Association of Nurserymen Standard ANSI 260.1-1990. Plant names shall conform to the latest edition of "Standardized Plant Names" as adopted by American Joint Committee of Horticulture Nomenclature, C. Agricultural Chemist: Qualified, experienced public or private soils testing laboratory, capable of providing test results as specified, and approved by the Engineer. 1.03 INSPECTION OF PLANT MATERIALS A. All plant material will be inspected by the Engineer before being planted and all plant material not meeting specification requirements will be rejected and separated from acceptable. B. Contractor shall at his/her own expense replace rejected trees, shrubs, and groundcovers with plant material of same species or variety that meet specification requirements. 1.04 TIME A. Place sod and seed during periods which are normal for such work as determined by the season, weather conditions, and accepted practice. RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02900 LANDSCAPING 1.05 SUBMITTALS A. Meet requirements of Contract Conditions B, Submit within 20 days after contract date a list of all plant materialindicating source of supply, order invoice, size and quantity for each species or variety. C. Inspection certificates: 1. All plant material shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestaCion. 2, Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer, 1 Ground Dolomitic Limestone: Include guaranteed analysis and weight of packaging materiaL 4, Topsoil: Include material content and moisture content by weight D. Test Reports 1. Employ, at contractors expense, an approved agricultural testing laboratory to perform soil testing. 2, Prepared Soil: Test all soils prepared as specified herein in planting areas. If soil does not meet criteria established by the agricultural chemist for growth of healthy plantings, submit a program of additional amendments based on recommendations of the agricultural chemist. Include the costs of test and soil sampling at 4 locations, at the surface and 12 inches below grade, in the bid price. Engineer will select test locations. 1.06 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Protection and storage of plant material: 1. Protect at all times during handling, shipping, storage and planting from extreme weather conditions, wind drying of roots and mot ball Injury- 2. Plant material showing damage from shipping or while in storage or during planting may be rejected by the Engineer and shall be RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02900 LANDSCAPING replaced by the Contractor at his/her own expense. B. Store fertilizers in dry place and protect from intrusion of moisture. C. Packaged materials: Deliver packaged materials in clearly marked containers showing net weight, guaranteed analysis and name of manufacturer. Specified requirements for packaged materials apply to bulk shipments. Protect materials from deterioration during delivery and during storage at site. 1.07 PROJECT CONDITIONS A. Work notification, Notify Engineer at least seven (7) working days prior to installation of plant material B. Plant trees, shrubs and groundcovers, only during periods which are normal for such work as determined by the season, weather conditions, and accepted practice. Do not install plant materials when ambient temperatures may drop below 35 degrees F or above 80 degrees F. Do not install plants when wind velocity exceeds thirty (30)MPH. C. Coordinate landscape work with installation of irrigation system. D. Prepare soil and place seed during periods which are normal for such work as determined by the season, weather conditions, and accepted procedures. E. Protect existing utilities, paving, and other facilities from damage caused by planting operations. Confine work to designated areas, F. Existing conditions 1. Carefully examine the site before submitting a bid. Be informed as to the nature and location of the Work, general and local conditions including climate, adjacent properties and utilities, conformation of the ground, the nature of subsurface condition, the character of equipment and facilities needed prior to and during execution of the Work. 2. Should the contractor, in the course of Work, find any discrepancies between Drawings and physical conditions or any omissions or errors in Drawings, or in layout as furnished by the Engineer it will be the duty of the contractor to inform the Engineer immediately in writing for clarification. Work done after such discovery, unless RUSSELL ROAD SOUTH REACH LEVEE APPENDIX LANDSCAPE SPECIFICATIONS SECTION 02900 LANDSCAPING authorized by the Engineer, shall be done at the contractor's risk, 1.08 WARRANTY A. Plant material guarantee: 1. Guarantee all plant material in accordance with Contract Conditions or for duration of one year, after final acceptance. 2. Plant material shall be alive and in satisfactory condition as determined by the Engineer at the end of the warranty period. B. Plant material replacement: t, Replace, in accordance with the Drawings and specifications, all plaits that are dead or, as determined by the Engineer, are in an unhealthy or unsightly condition, and have last their natural shape due to dead branches, or other causes due to the Contractor's negligence, The cost of such replacements is at the Contractor's expense. All replacement plants shall be guaranteed for one (1) year after installation, unless otherwise specified, 2. Replace plant material in accordance with these Specifications. 3. Replacement plants shall have a warranty period reinstated for one year from date of planting. Replacement plants shall include any new growth which would have occurred since original planting, such that replacement plants match existing plants of the same variety. 2.00 PRODUCTS 2.01 TOPSOIL A. Two-way mix of sand and compost as supplied by Cedar Grove Compost or two-way mix of sand and compost, Pacific Enviro Mix, as supplied by Pacific Topsoils Inc., (206) 486-3201. 2.02 SOIL AND SOIL AMENDMENTS A. Compost: Shall consist of composted yard debris or organic waste material composted for a minimum of 12 months. RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02900 LANDSCAPING 1. Compost shall consist of 100% recycled content. In addition, the organic material shall have the following physical characteristics: a. Shall be screened using a sieve no finer than 5/16 inch and no greater than 7/16 inch. b. Shall pass a standard cress test for seed germination (90% germination compared to standard). C. Shall have a pH from 5,5 to 7.5. d. Shall have a maximum electrical conductivity of 3.0 ohms/cm. e. Shall have a maximum carbon to nitrogen ratio of 40:1. f. Shall be certified by the Process to Further Reduce Pathogens FR guidelines for hot composting as established by the United States Environmental Protection Agency2. Submittals: B. Planting Soil: Two-way topsoil consisting of 213 sandy loam, 113 composted organic material. Shall consist of 67% sandy loam and 33% composted organic material by volume. The soil shall meet the following requirements: 1. Soli 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 will not only hold its shape when the pressure is released, but shall withstand careful handling without breaking. The mixed soil shall meet the following: Screen Size Percent Retained Percent Passinq 1/4 inch 5% 95% #10 15 85 #30 50 50 #60 60 40 #100 80 20 #200 90 10 2, Shall have a ph range of 5.0 - 6.5 with dolomite limestone added as necessary to attain this range (pH determined by soil test). 3, Composted organic material shall consist of 100% recycled content, as specified RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02900 LANDSCAPING alcove in 2.02 A. 4, Submit soil analysis from a soils testing laboratory to the Engineer. Indicate source and obtain the Engineer's approval before hauling to site (analysis test with a 2 pound bag sample is required). 5. Acceptable Sources: a. Cedar Grove Compost Company, Maple Valley, WA b, Northwest Cascade, Puyallup. WA G. Lloyds Sand and Gravel, Federal Way, WA d. Other approved equal: (For other available sources refer to the current edition of"Directory of Recycled Content Building and Construction Products" as published by the Clean Washington Center, Department of Trade and Economic Development, 2001 Sixth Avenue; Suite 2700, Seattle, Washington 98121 - Phone Number (206) 464-7040), 2.02 DOLOMITIC LIMESTONE A. Fine ground dolomite with minimum of 88% of calcium and magnesium carbonates retained by Taylor Standard Slaves as follows: #20, sieve retains 0% #100,sieve retains 25% Packaged in new, waterproof, non-overlain bags clearly labeled as to weight, manufacturer and content. 2,03 FERTILIZER FIND ADDITIVES A. General: Approved brands meeting requirements of applicable State fertilizer laws. Deliver to the site in original unopened containers, each bearing manufacturer's guaranteed analysis. B. Tree, Shrub and Groundcover: 1. Triple 14 (14-14-14) Pellet or other slow release fertilizer, 2. Moisture Retention Agent: Terra-Sorb or approved equal. Apply per manufacturer's specifications for all plantings. C. Seeded Areas: 16-16-16 granular fertilizer with 46°l� dry mixed commercial fertilizer, 3% sulfur and 46% calcium carbonate. RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02940 LANDSCAPING C. Mycorrhizae: 1. All plants shall receive mycorrhizal inoculant, as described below. 2. Container plant material: All new container plant materials shall be supplemented at time of planting, with a mycorrhiza inoculant. The mycorrhiza inoculant shall be mixed per the manufacturer's recommendation, and applied prior to removing plants from their containers. Each container shall be flooded with the mycorrhiza inoculant solution to achieve a saturated root and soil mass. 3. Ball and Burlap plant material: All new B&B plant materials shall be supplemented with a mycorrhiza inoculant. The mycorrhiza inoculant shall be mixed per the manufacturer's recommendation, and applied at the time of planting, The mycorrhizal solution shall be applied directly to the planting pit of each B&B plant. Just prior to backfilling, spray or pour the solution directly on to the root bail to achieve a saturated root and soil mass. 1} In addition the mycorrhizal inoculant shall be applied as a soil drench to the fungus/mycelium enhanced Rain Garden cell (Neely Homestead Site see landscape plans) . Blend the mycorrhizal Inocuiant with clean water as per the manufacturer's recommendation and apply it as a soil drench after all containerized and B&B plant materials have been installed in the bioretention cell and the 3 inch layer of arborist wood chip mulch has been applied. All areas with funguslmycellum-enhanced soil shall be so treated to achieve the manufacturers recommend rate of application (volume or weight per unit of area). If the manufacturer does not provide a recommended rate of application, then the inoculant solution shall be applied as a soil drench to all areas of fungus/mycelium-enhanced soil to achieve a saturated root and soil mass within the bioretention cell. Sources for mycorrhizal inoculant in order of general preference: 1. MycogrowO Soluble Mycorrhizae (Item #HMS01 P from Fungi Perfecti) 2. MycoApplyS Soluble MaxxO (from Mychorrhizal Applications, Inc.) 3. MYKE PRO NURSERYED WP Mycorrhizal Inoculant@ 4. Bio-organics Mycorrhizal Landscape Inoculant® 5. Or approved equal. RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02900 LANDSCAPING 2.04 BARK MULCH A. Description: Ground fir or hemlock bark, free from noxious weed seeds, sawdust, splinters or other delanis. Bark mulch shall not contain foreign material, chemicals and substances detrimental to plant life, including resin, tannin, wood fiber, or other compounds. B. Ground Fir and/or Hemlock bark shall meet the following gradation requirements for quality assurance, Percent Passing Sieve Sizes 95%-100% 1/4 inch 80%-100% No. 8 0%- 80% No. 36 D, Submittals: Contractor shall notify Owner of the source of supply and provide a two (2) pound sample for approval before installation. 2.05 BACKFILL SOIL MIX A. One half site soil and one half topsoil, thoroughly mixed. 2.06 RAIN GARDEN SOIL This section specifies growing medium for vegetated stormwater systems, including rain gardens and bicifiltration swales. This sandlcompost blend is for facilities where compaction from foot traffic is a concern. This blend may carry some risk for plant health without watering during the summer dry period. 1.01 GENERAL COMPOSITION The medium shall be a mix of sand and compost, blended by volume. The medlurn shah consist of 60-70 percent sand and 30-40 percent compost, 1.02 ANALYSIS REQUIREMENTS FOR BLENDED MATERIAL A. Particle Gradation, A particle gradation analysis of the blended material, Including compost, shall be conducted in conformance with ASTIM C1 17IC136 (AASHTO T1 I/T27), The analysis shall include the following sieve sizes: 1 inch, 318 inch, #4, #10, #20, #40, 460, #100, and #200. The gradation of the blend shall meet the following gradation criteria: Sieve Size Percent Passing 100 RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02900 LANDSCAPING _ U.S. No. 4_ T^ 757.100 U.S. No. 10 40-100 U.S. No. 40 15-50 U.S. No. 100 _ 5-25 U.S, No. 200 5-16 The blend shall have a Coefficient of Uniformity (D60/D10) equal to or greater than 6 to ensure that it is well graded (has a broad range of particle sizes). The coefficient is the ratio of two particle diameters on a grain-size distribution curve; it is the particle diameter at 60 percent passing divided by the particle diameter at 10 percent passing. B. Organic Matter Content: An analysis of soil organic matter content shall be conducted in conformance with ASTM D2974 (loss on ignition test). The soil organic matter content shall be a minimum of 10 percent, as reported by that test, C. Acidity (pH): The pH of the blended material shall be tested. The material shall have a pH of 5 to 8, 1.03 GENERAL REQUIREMENTS FOR THE BLENDED MATERIAL. A. The blended material shall be loose and friable. B, The blended material shall be well mixed and homogenous. C. The blended material shall be free of wood pieces, plastic, and other foreign matter. D. The blended material shall have no visible free water. 1.04 COMPOST REQUIREMENTS (SEE 2.02) 2.06 A FUNGUS/ MYCELIUM — ENHANCED SOIL_ (NEELY HOMESTEAD SITE) See Drawings for the location and limits of the fungus/mycelium-enhanced soil.. Rain RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02900 LANDSCAPING Garden Cells will incorporate arborist wood chips, other woody material, and mycorrhizal fungi inoculant into the rain garden soil medium. Fungus/mycelium-enhanced soil shall be a 50150'thoroughly blended mix of sandy loam soil and arborist wood chip, There shall be no compost added to this blended mix. Total soil depth shall be 12 inches, applied in two, 6 inch deep lifts, Approved woody material such as sticks, branches, and small logs shall be applied to the top of each lift of fungusfrnycelium-enhanced soil. Those small logs, sticks, and branches shall be no larger than 3 inches in diameter by 18 inches long and the woody material placed on the second lift at the finished surface shall be placed to achieve a natural appearance. Each lift shall be water compacted by hand-irrigating the entire lift with a low-flowing application of water for not less 5 minutes and allowing the water to infiltrate or otherwise drain out of the cell and fungus/rnycetium-enhanced soil before additional work in the cell is attempted. Once the fungus/mycellum-enhanced soil and woody material have been placed, the Contractor shall plant the bloretention cell with specified plant materials and top the fungus/mycelium-enhanced soil and woody material with 3 inches of arborist wood chip mulch placed in and around the plant materials as shown on the Drawings. After installation of fungus/mycelium-enhanced soil, woody material, plant materials, and finish mulch, the fungus/mycelium-enhanced soil shall then be inoculated with mycorrhizal inoculant 2.06 WATER A. Suitable for irrigation, free from ingredients harmful to plant life. 2.07 STAKING AND TYING MATERIALS A. Employ No. 5 steel reinforcing bar, tan feet (10') long, 14 gauge galvanized steel wire and new 318" clear vinyl tubing for guying and staking purposes, B. Tumbuckles, where required, are to be galvanized steel wire for guying and staking purposes. 2.08 TREES, SHRUBS,AND GROUNDCOVERS A. Genera, species, and variety; quantity, size and conditions as indicated on the Drawings and Plant Material Listing, B. Plant material shall be healthy nursery stock, well branched, full foliage RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02900 LANDSCAPING when in leaf, free from disease, injury, insects, all weeds, and weed roots. Tree groups shall be matched in appearance and form. C. Meet requirements of American Standard for Nursery Stock, ANSI 260.1- 1990 published by the American Nursery Association except as otherwise supplemented or modified under this Section. D. Cold storage plants will not be permitted. E. Ball and burlapped (B&B) stock shall have a natural root ball sufficient to insure survival and healthy growth. F, Bare root stock shall have a root system sufficient to insure survival and healthy growth. G. Potted and container stock well rooted, vigorous enough to insure survival and healthy growth. H, Container plants shall have grown therein a minimum of six months and a maximum of two years, with roots filling the containers but not showing evidence of being or having been root bound. 1. All grafts or budding on trees shall be at ground level except higher grafts of budding with compatible trunk and branch growth characteristics may be approved by the Engineer. J. All collected native plant material shall be nursery grown for a minimum of one year unless otherwise approved by the Engineer in writing. K. Trees; Provide untapped, straight, single leader trees except for multiple stem (clump) trees. Deciduous trees with heavier than normal tops and balanced branching, L. Plant materials shall be free from disfiguring knots, swollen grafts, sunscale injuries, bark abrasions, evidence of improper pruning and other objectionable disfigurements. N1, Trees, and shrubs shall have well developed branch systems; shrubs full foliage, not leggy. N. Thin, weak, and leggy plant materials will be rejected by the Engineer. O. All plant material except ground cover shall be legibly tagged. Tagging may be by species or variety with minimum of one tag per ten trees or shrubs. RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02900 LANDSCAPING 2.09 SEEDED AREAS A. Seed mix shall be 98% pure with a pretested germination rate of 8M B. Seed mix shall be composed of 50% Perennial Ryegrass, 45% Fescue and 5% low growing MWbwer mix. Apply at a rate of 5 lbs. per 1000 sq ft. C. Hydromulch and tacking agent Apply per manufacturer's recommendations. 2.10 ROCK AND GRAVEL A, FLAGSTONE PAVING- Columbia Basalt Stepping Rock as supplied by Marenokos Rock Center or approved equal, (206) 392-3313, OR FLAT MOUNTAIN GRANITEAS SUPPOED BYALPINE ROCKERIES, 11VC., (206) 481- 3456. QUANTITY AND SIZE AS NOTED ON DRAWINGS. B, River Rock: as supplied by Salmon Bay Sand and Gravel, (206) 784-1234, Cadman Rock Co. Inc. (206) 622-2065, or Stoneway Concrete, (206) 226- 1000. 1 Sizes as follows: 1-11/2" diameter mix, C. Gravel: as supplied by Salmon Bay Sand Gravel, (206) 764-1234, Cadman Rock Co, Inc. (206) 622-2065, or Stoneway Concrete, (206) 226-1000. 1. Sizes as follows: 7/8" diameter mix. 2.12 TREE PROTECTION FENCING A. Six (6) foot high orange plastic construction fencing attached to wood or metal posts. Fence posts shall be 6 feet high attached to the fabric at intervals not to exceed 8 feet. 2,13 WEED CONTROL FABRIC A. Black or grey weed control fabric, 2.5 ounce Duon or Dewitt Pro Five. 2.13 ROOT BARRIER A. Provide and install 18" deep root barrier adjacent to paved surface as shown on the drawings. Root barrier shall be constructed of rigid material. I RUSSELL ROAD SOUTH REACH LEVEE APPENDIX LANDSCAPE SPECIFICATIONS SECTION 02900 LANDSCAPING 3.00 EXECUTION I 3.01 TREE PROTECTION A. Contractor to protect existing trees as noted with tree protection fencing at the commencement of site work. Fencing shall be placed around all existing trees to be saved as noted on drawings, a minimum of eight feet from the trunk of the tree. Construction material shall not be allowed within the tree protection fencing, 3.02 INSPECTION A. Finish grading shall be inspected and approved by the Engineer prior to planting. Verify that planting bed grades are in accordance with those indicated on the Project Grading and Drainage and Layout Drawings before proceeding with Work. B. Soil conditions: 1. Examine planting areas for conditions that will adversely affect execution, permanence, and quality of work and survival of plant material. 2. Verify that rough finish grades, slopes of planting areas are acceptable to the Owner prior to commencing work of this Section. 3. Work required under this section will not begin until conditions are satisfactory. 4. Engineer to approve subgrade and fertilizer application. C. Locate all utilities prior to the commencement of work, Take all necessary precautions to avoid disturbing or damaging sub-surface elements. If subsurface elements are uncovered, promptly notify the Engineer. 3.03 ROCK AND GRAVEL INSTALLATION A. Handling: Rocks to be handled with care and caution to prevent scraping and other disfigurements. I B. Placement: Place rocks per drawings and under the supervision of Engineer. All large rocks to be buried a minimum of one third its diameter RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02900 LANDSCAPING or as directed by Engineer, Subgrade below rocks to be compacted to 90`?/0 of original density. Mace gravel and river rock on weed control fabric. 3.04 PREPARATION OF SOIL A, Establish finish grades and slopes in accordance with finish grades indicated on project grading drawings as specified: B. Finish Topsoil Grade; Establish grades to 2 inches below bordering paving, curbs, walls, drains, etc„ immediately adjacent to same before application of mulch. C. RototilleAsting soil to a depth of six inches (10") in all beds. E. Place six inches of topsoil and till into soil to a depth of eight inches (8"'), Mix thoroughly, Add additional topsail to establish finish grades as noted in planting detail. R Place 36" inches of topsoil in ' wide planter adjacent to Russell Road. See plans. Over excavate and remove existing rock and aggregate to accommodate 36" layer of topsoil. Scarify subgrade prior to topsoil placement to a depthe of 1Z Add additional topsoil to establish finish grades as noted in planting detail. G. E. Grade all prepared bed areas removing all stones, clod of earth and sticks over 1" (one inch) in diameter and other deleterious matter which might be a hindrance planting and maintenance. F. Apply dolomitic lime to all planting areas to obtain a pH range of 6.0 to 6.5. Do not apply more than 60 lbs. of lime per 1,009 square feet at one time. Verity pH bytes', of each major planting area. 3.06 PLANTING OF TREES, SHRUBS,AND GROUNDCOVERS A. Plant frees and shrubs upright and face to give best appearance or relationship to adjacent plants and structures. S. Excavate all planting holes twice the spread of the tree, shrub, or groundcover root ball or root system. G. Place 6" minimum lightly compacted layer of backfill soil mix under root system of each tree and shrub. Loosen planting hole subsurface to a depth of 4-6 inches prior to placement. RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02900 LANDSCAPING D. Loosen and remove burlap from around at least upper 1/2 of root ball, remove excess burlap. Pulling burlap from under balls will not be permitted on large and loose root balls. E. Cut off cleanly all broken or frayed roots. F, Place and compact backfill soil mix carefully to avoid injury to roots; fill all voids. When hole is nearly filled, completely fill with water and allow water to soak away. Fill holes to finish grade and prepare for other work indicated, 3.07 FERTILIZER APPLICATION A. Provide for all trees, shrubs, and groundcover at time of planting fertilizer per manufacturer's specifications. 3.08 MULCHING A. Mulch shrub and groundcover planting beds with a 2 inch layer of mulch material within two days after planting. Cover entire bed areas, apply evenly and rake out smooth. 3.09 TREE STAKING A. Stake and tie trees immediately after planting as indicated on the detail drawings. B. Drive tree stakes vertically into ground to depth of 3 to 3 1/2 feet. Do not injure the ball or roots. C. Stake all trees except as indicated otherwise. 3.10 PRUNING OF TREES AND SHRUBS A, Prune all deciduous trees in accordance with standard horticultural practice. Prune evergreen trees, and shrubs as may be directed by the Engineer. 3.11 SEEDED AREAS A. Preparation: Loosen topsoil to depth of 4", remove stones over 1°, and all sticks, roots, rubbish, and extraneous matter. All areas to be seeded shall be graded to a smooth even surface, Roil, rake, remove ridges, and fill depressions as required to drain. RUSSELL ROAD SOUTH BEACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02900 LANDSCAPING B, Apply fertilizer at a rate of 1 lb. of actual nitrogen per 1000 sq. ft. Apply fertilizer by mechanical rotary or drop type distributor, thoroughly and evenly incorporated with soil to a depth of 3", (Fertilizer may be applied with hydruseeding.) C. Perform seeding operations when the soil is dry and when winds do not exceed 5 miles per hour velocity. D, Apply seed by hydroseeding or with a rotary or drop type distributor. Install seed evenly by sowing equal quantities in 2 directions, at right angles to each other. E. Sow,crass seed at a rate of 3.0 lbs. per 1000 sq.ft, 3.12 INSTALLATION OF POTS A. Pots with Soil: Fill quantity of pots specified on drawings with topsoil. B. Pots .+vith Water: Apply waterproofing material to inside of water pots. Apply to within one (1) inch from the top of pot. Quantity of pots specified on drawings. 3.14 GLEAM UP AND MAINTENANCE A. Keep premises reasonably free from accumulation of debris. S. At completion of each area of work, remove all debris, equipment and surplus material. C. Furnish temporary equipment such as tools, hose or other water equipment; and other equipment required for performance of maintenance work. D� Use of underground irdgaton system will be permitted. E. Maintenance of trees, shrubs, and ground cover plantings: 1. The Contractor shall assume full responsibility for the maintenance of all landscaping unt[I Such time as the Contractor receives notice from the Engineer that such landscaping has reached physical completion. 2. Water, weed, cultivate, mulch, reset plants to proper grade or upright position, remove dead wood, repair beds, and do other necessary operations. i RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02900 LANDSCAPING 3. Irrigate when necessary to avoid drying out of plant materials and as required to promote healthy growth. F. Maintenance of seeded planting: 1, Protect and maintain by watering, reseeding, weeding and repairing as required to establish thick, weed free, uniform stand of grass for 21 calendar days beginning after installation of sod and seed. END OF SECTION RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICAJ IONS SECTION 02811 IRRIGATION SYSTEM PARTI - GENERAL 1.01 RELATED DOCUMENTS See attached plans for layout and design. 1.02 SCOPE OF WORK To furnish all labor, equipment, and materials necessary to install a complete and operable automatic irrigation system as indicated on the plans and as specified herein: 1.03 RELATED WORT{ SECTION 02900— PLANTING 1.04 STANDARDS AND QUALIFICATIONS Irrigation Subcontractor must be a state licensed landscape irrigation contractor. The irrigation system must be installed by a journeyman irrigation mechanic or journeyman plumber. Valve wiring of 24 volts shall be installed per local code requirements by the Irrigation Subcontractor or Electrical Subcontractor. 1,05 AS-BUILT DRAWINGS AND LAYOUT A. The Contractor shall be responsible for maintaining a complete and current record of all equipment installed including catalogue cuts, and for recording any deviations to the plans by horizontal and vertical dimensions. As-built records shall be updated daily, and be available daily for review by the Owner's Representative and/or Landscape Architect, Any pipe not installed in accordance with the plans shall be dimensioned to a permanent structure sufficient for location after burial. B, Upon completion of the work and prior to final acceptance, the Contractor shall provide the Owner with a neat and legible as-built plan, of the completed irrigation system. Al[ quick couplers, automatic valves, manual valves, and electrical boxes shall be dimensioned on the as-built plan to two permanent monuments, such as scoreboard and light poles, sprinkler heads, etc. C. Layout shalt be done by the Contractor subject to the review and approval of the (owner. No 45-degree angles will be allowed at line connections. RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02811 IRRIGATION SYSTEM 1.06 SYSTEM PROTECTION i As part of the one-year warranty under this contract, the Contractor shall be responsible for deactivating and draining of the system, in the presence of Owner's maintenance staff, prior to the onset of the freezing season, and for reactivating the system at the onset of the following spring growing season. Notify Owner 48 hours in advance so that maintenance staff can be present. 1.07 SYSTEM FAMILIARIZATION Prior to final acceptance the Contractor shall spend sufficient training time with the Owner to ensure that the irrigation system can be operated, maintained, winterized and reactivated properly after the departure of the Contractor. 1.08 MAINTENANCE MANUALS The Contractor shall provide three (3) sets of all manufacturer's data sheets, maintenance sheets, replacement part lists, winterization procedures, and equipment brochures. Composite sheets shall have the specific products used on this project highlighted. Provide a three ring binder with each set of documents, per Section 01700, 1.09 IRRIGATION SYSTEM COMPLETION A. The Contractor shall submit the following items to the Owner upon completion of the work: 1. Warranty Cards on all equipment warranted. 2. As-built plans electronically recorded and printed. 3. Maintenance manuals. 4. Four (4) complete sets of tools and two (2) sets of keys (cabinet keys, valve keys, valve box cover keys, quick coupler keys, etc.) necessary to operate/drain/activate the system. PART2 - PRODUCTS 2.01 PLASTIC PIPE, FITTINGS AND CEMENT A. Mainline pipe: Sch 40, solvent weld B. Lateral piping: Class 200, solvent weld, RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02811 IRRIGATION SYSTEM C. Pipe shall be marked with manufacturer's name,class of pipe,NSF seal and date of wavafacturcr rum. PVC pipe shall be Pacific- estem or approved equal Pipe shall bear no evidence of interior or exterior extrusion marks. Pipe walls shall be uniform, smooth, and glossy. Pipe may be pre-belled or with individual solvent-weld couplings. D. Fittings: Fittings shall be of the brand(s) recommended by manufacturer of the pipe. Fittings for solvent weld PVC lateral pipe shall be heavy wall Schedule 40 weight, full size PVC. PVC riser fittings for all swing joints and for solvent weld mainline shall be schedule 80 minimum. PVC fittings shall be Lasco or approved equal. E. Cement: PVC solvent compounds shall be IPS "Weld-tin" P-70 purple primer and "Weld-On" P711 heavy-bodied blue cement or approved equal. 102 PIPE AND WIRE SLEEVES Sleeves: Schedule 40 PVC, size noted on plans, are required under all paved areas, and at all maintenance vehicle access. 2.03 SPRINKLER HEADS Rainbird 5004 plus, Rainbird 6504, Rainbird 1800 SAM. Van Nozzles. Sprinkler heads are called out on the Drawing Legend. 2.04 SPRINKLER AND QUICK COUPLING RISERS A. Risers for quick coupling valves: " Lasco swing joint kit G132-100 (MIPT inlet x MIPT outlet) or approved equal, rated for 315 psi minimum with Schedule 80 PVC lay length nipple. Length of nipple determined by depth of mainline pipe and 45 degree angle setting. B. Risers for Rainbird 1800 shall be 1/2" swing pipe with marlex fittings. 2.05 QUICK COUPLING VALVES Quick Coupling Valves: Buckner QB5LRC10 1", One piece, Double slot, brass, yellow rubber cover. Provide two Buckner QB55K10 quick coupler keys, two Buckner QHS10-10 1" mpt x I" hose swivel ells, and two lock-top cover keys. 106 AUTOMATIC VALVES RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02811 IRRIGATION SYSTEM Automatic Valves: Weathermatic 8200CR series, 24 volt electric, NPT screwed-end, brass body and bonnet with shut-off handlefflow control stem and manual internal bleed capability, normally closed, contamination resistant globe valve. Provide unions on both sides of valves. 2.07 VALVE BOXES A. Automatic Valve Boxes: Carson-Brooks model #141913 with bolt-down Green Cover marked "Irrigation". Box needs to be large enough to fit both unions inside the valve box. Provide extension model # 1419E with each valve box. B. At Point-of-Connection assembly: Concrete utility vault 25—TA. i C. Master valve: Carson-Brooks, green plastic, Model 1730-12B with 1730-4B bolt down T cover. Cover to be green and marked "Irrigation", D. Quick coupling valve boxes: Carson-Brooks, green plastic, marked "Irrigation", 910-12 with 910-313 bolt down cover, 10" diameter circular box or approved equal. E. Mainline gate valve boxes: Carson-Brooks, green plastic, marked "Irrigation", Model 1220-12 with 1220-413 bolt-down T cover, marked "irrigation" or approved equal with 6" diameter PVC sleeve below per detail. 2.08 GATE VALVES Gate Valve: Class 150 brass or bronze body with cross handle in 10" diameter valve box with 6" diameter PVC sleeve. Red and white or equal. Valve size to match size of mainline or service line, Provide Owner with one 30" valve-operating key formed to fit the crosshandle gate valves. Stem stock shall be 1/2" minimum. Quality equal to Nibco T-133. 2.09 BALL VALVES (Control Valve Shut-off) Gate Valve: brass or bronze body with steel plated handle for use in automatic control valve boxes. Valve size to match size of automatic control valve. Quality equal to Nibco. T-FP-600. i RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02811 IRRIGATION SYSTFtA 2.10 MASTER VALVE AND FLOW SENSORtMONITOR Model and size per irrigation pans. One Red wire and One Black of 14 AWG wire from master valve and flow sensor to controller to be installed by contractor 2.11 BACKIFLOW PREVENTION ASSEMBLY New FEBCO 85OU double-check valve assembly, size as per drawing, to be installed and paid for by the Contractor. The unit shall include resilient seated gate valves, unions and test cooks on both ends of DCVA. Installed per code. 2A2 DOUBLE CHECK VALVE ASSEMBLY (POC) AND EXEMPT METER The point of connection includes the following in order: New deduct (exempt) meter, inline shutoff valve, backfiow preventer, system blowdown, and master valve. Refer to City of Kent Standard Detail 3-13(b) for deduct meter installation requirements. 2.13 AUTOMATIC CONTROLLERS Calsence controller, Rainbird ESP. See irrigation plans for controller specifications! Automatic controller will be purchased by Contractor and installed by Contractor, Contractor responsible for wiring valves to controller. Contractor to coordinate location and installation of controller: Mount in a front-entry metal wall mount cabinet. 2.14 REMOTE CONTROL DEVICE CONNECTION Remote for Rainbird controllers: Eicon P-38, 30" pigtail connector(s) to controller for connection to Owner's Eicon Rec-48 maintenance radio. Shall be provided and installed by Contractor. 2.15 CONTROL WIRES FOR VALVES AND PIPE TRACER WIRE A. Control wires for valves: Insulated, single strand copper designed for 24-50 volts and- shall be U,L. listed as OF (Underground Feeder). U.L. RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02811 IRRIGATION SYSTEM and OF designations shall be clearly marked or embossed on the insulation jacket of the wire. Copper conductor must meet or exceed ASTM B-3 specifications. Conductors shall be #14 AWG or larger as required. Colors required include red for hot side, white for common and a yellow for auxiliary wire. B. Tracer Wire: #12 bare copper locator wire. U,L. approved as UF, ASTM B-3 rated for all below grade piping. 2.16 ELECTRICAL.WIRE SPLICES AND TAPE Electrical splices for valve control wire: 3M DBY or DBR, no substitutions. All-weather type electrical tape shall be black plastic, 314 inch wide and a minimum of 0.007 inches thick. PART 3 -- EXECUTION 3.01 TRENCHING - LANDSCAPE IRRIGATION A. Pipe shall be installed with a minimum of 12" and 16" maximum cover for all laterals, and 18" minimum and 24" maximum for all mainline. B. Irrigation pipe shall be installed in trenches sufficiently wide to permit tamping tools for backfilling alongside both sides of the pipe. However, in no case shall trench exceed the width necessary to satisfy this requirement without prior approval of Owner Representative. The pipe shall be laid on stable soil with trench bottom evenly graded. Ledge rock, boulders, large stones and cobbles 2" or larger in diameter shall be removed to provide no contact with the pipe. Excavations remaining from the rernoval of large rocks shall be refilled and compacted with select material. Where multiple pipes share common trench, trench shall be sufficiently wide or piping shall be arranged to allow 2" minimum horizontal separation and 6" minimum vertical separation between pipes while maintaining specified minimum cover over piping. C,Where rock or other conditions are present and it is impossible to obtain the specified depth of mains, laterals or wire that is not accompanied by pipe; "Designated Authority" shall review each case and make a determination as to whether less cover depth is acceptable or whether rock removal or other solutions are required. Cut any roots encountered with a saw. RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02811 IRRIGATION SYSTEM D. Irrigation pipe shall not be installed in drainage trenches. 3.02 BACKFILLING A. Contractor will request open ditch inspection from owner's representative 24-hours in advance priorto any backfilling. No acceptance will be given on an un-inspected pipe. B. Backfill when PVC pipe is not in an expanded condition due to heat or pressure. In refilling trenches, fill around pipe and fittings shall be free from large rocks and shall be well tamped. Where it is determined that insufficient bedding material exists in the pipe trenches, install sand bedding 3" above and below piping. Owner's Representative shall determine need for sand bedding. C. Backfiffing of initial bedding material around irrigation lines shall be accomplished in a 4" lift followed by compaction. Backfill with 4" over the pipe, compacting to achieve adequate compaction alongside and under the pipe with appropriate compactors. Additional lifts shall be 6" maximum and compacted before adding the next loose W T op of trenches shall be backfil;ed _even with subgrade (or surrounding grade), raised to a slight mound and rolled with a 250 pound roller or approved compactor or vibrator. D. The trenches shall be thoroughly compacted to 90% density at optimum moisture content with an -approved compactor or vibrator. Contractor shall not backfill with material determined to be of excessive or inadequate moisture content. All roots, rocks, and surplus excavations shall be removed from the site. Contractor is responsible for all trench settlement during the one-year warranty period of the Contract. Contractor will not mound the trenches to allow for compaction. . 3.03 GALVANIZED PIPE AND FITTINGS All galvanized pipe above grade shall be painted with one coat each galvanized metal primer and matte alkyd oil enamel. 104 PLASTIC PIPE AND FITTINGS A. Plastic Pipe: Plastic pipe shall be solvent welded. All solvent weld plastic pipe and fittings shall follow manufacturer's installation instructions at all times. Great care shall be taken to ensure that the RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02811 IRRIGATION SYSTEM inside of the pipe is absolutely clean. Any pipe ends not being worked must be protected and not left open. Cleaning of cutting burrs is mandatory. All stored piping material shall be covered and adequately protected from sunlight per manufacturer recommendations. B. Prior to construction of this project, Contractor shall provide written evidence that all Contractor staff assigned to solvent welding duties of PVC pipe or fittings are in possession of a current and up-to-date certification card issued by manufacturer representative of specified solvent cement. if Contractor's staff are not in possession of current certification cards, Contractor shall schedule and complete a training seminar (conducted by solvent cement manufacturer representative) ultimately providing written evidence of certified staff to "Designated Authority" prior to construction. Only staff who are certified shall be permitted to solvent weld pipe and fittings. C. For solvent weld pipe, PVC pipe ends shall be cut at 90 degree to the pipe length and cleaned of all burrs prior to cementing. Use approved reaming tool. Pipe ends shall be wiped clean with a rag lightly wetted with PVC thinner. Prospective joints shall be completely free from any moisture or condensation. Cement shall be applied with a light coat on the inside of the fitting and a heavier coat on the outside of the pipe (no further back from the end of pipe than the fitting would slip). Application of cement on the interior of the fittings shall be quantified to ensure no cement shall be pushed into the flow stream of the pipe. Pipe shall be inserted into the fitting and given a quarter turn to seat the cement. Excess cement shall be wiped from the outside of the pipe. Cement that becomes unduly thick or heavy shall not be thinned and re-used. CONTRACTOR SHALL DISPOSE OF CEMENT PROPERLY, OFF SITE. Pipe will be pressure tested as indicated elsewhere in these specifications. D. Solvent weld joints shall be given at least 15 minutes set-up time before moving or handling. Pipe shall be partially center-loaded to prevent arching or slipping. No water shall be permitted in the pipe until a period of at least 10 hours has elapsed for solvent weld set and cure, E. Backfilling shall be done when the pipe is not in an expanded condition due to heat or pressure. Cooling of the pipe can be accomplished by operating the system for a short period of time before backfi€ling, or by backfilling in the early part of the morning before the heat of the day. Before pressure testing, solvent weld joints shall be given at least 24 hours cure time. RUSSELL ROAD SOUTH REACH LEVEE APPENDfX A LANDSCAPE SPECIFICATIONS SECTION 02811 IRRIGATION SYSTEM 3.05 PIPE AND WIDE SLEEVES Provide pipe sleeves as shown on plans sander paved areas, maintenance access, or as required. Sleeves shall be Such 40 pipe, at least twice the size of the protected pipe. Provide 2 parallel pipe sleeves where shown on plans or as required. Second sleeve is to provide additional room/space for 29-volt wiring. 3.06 SPRINKLED INSTALLATION A. Sprinklers shall not be installed until ail mains and lateral lines have been thoroughly flushed. When flushing, insure adequate pressure and water velocity at any head location being flushed: If(honer determines that any portion of system has significant contamination, Contractor may be required to flush the affected mains with high volume flushing through a discharge point other than sprinkler laterals and risers. Contractor shall install temporary flushing valves, if required to meet the aforementioned corrective measure, E. The pre-fabricated swing joints shall be snug and free from leaks. Any threaded joint that leak shall be removed, and re-installed. Where leafing exists on a swing joint, thefaulty swing joint shall be removed from the joint and not re-used elsewhere on the project. 3.07 SETTING OF SPRINKLER HEADS Sprinklers in turf shall be set to finish grade such that a mower may pass over the head without touching the casing with the blades (114" clear}. Heads shall be installed true with finish grade without interference of the sprinkler performance. Sprinklers shall be thoroughly backfilled with native soil at optimum moisture content. Contractor shall adjust arc can part circle sprinkler heads to Owner's satisfaction. 3.08 QUICK COUPLING VALVE RISERS i RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02811 IRRIGATION SYSTEM Triple swing joint with threaded outlet connection to quick coupling valves as well as quick coupling valve swing joint inlet connection to irrigation mainline tap (TOE fitting) shall be assembled with two wraps of"Teflon" tape; all other fittings solvent weld. Anytime a nipple has been removed, the threaded joint shall be re-wrapped with new tape. Threaded connections shall be watertight. 3.09 QUICK COUPLING VALVES Owner shall approve all locations prior to construction. All quick coupling valves shall be installed with triple swing joints and valve boxes per detail. Install Dura anti-rotation device on the valve. 3.10 AUTOMATIC VALVES Install one Automatic Valve per valve box. Flush supply lines before Installing automatic valves. Use valve box extensions to ensure that the box extends completely below bottom of valve. For pressure regulating valves, set downstream pressure with Owner approval. 3.11 VALVE BOXES A. Install all automatic valve boxes flush with finish grade such that if applicable, a reel type mower may pass over without interference. Set plumb. Install pipe sleeve per Detail Drawing. Valve box archway shall not rest on piping. S. All automatic valve boxes shall be set on a continuous foundation of brick as detailed and left with a clean layer of gravel in the bottom. Quick coupling valve boxes shall be left with a clean layer of gravel in the bottom, See details. If construction debris washes into the automatic valve or quick coupling valve boxes prior to project completion, remove existing gravel and replace with new gravel 3.12 GATE VALVES Valve box and pipe sleeve and concrete thrust block shall be installed for all mainline gate valves. 3.13 AUTOMATIC IRRIGATION CONTROLLER Contractor shall install controller p g per drawing and per manufacturer's recommendation. Terminate auxiliary wires in controller. Label auxiliary wires with number of valve at the end of the auxiliary wire route. i a RUSSELL ROAD SOUTH REACT I LEVEE APPENDIX LANDSCAPE SPECIFICATIONS SECTION 02611 IRRIGATION SYSTEM 3.15 CONTROL WIRES FOR VALVES, PIPE TRACER WIRE AND SPLICE A. Control wires are to be taped together at I0-foot intervals; then, this bundle is to be taped to the bottom of the supply main at 10-foot intervals with at least three wraps of electrical tape. B. There must be a separate "hot" lead for each automatic valve. One common wire may be used to reach all valves, Auxiliary wires shall be installed as noted on the plans, Install auxiliary wires to pass through each intermediate valve box. Also loop hot and common wires 180 minimum as they pass through each valve box. G. Minimum size of cooper wire for this project is #14 CIF. The control wires shall be Color-coded as followls: Neutral (Common) Vlore: White Hot Wire: feed Auxiliary Wire. Yellow D. Tape one 414 bare copper tracer wire on top of all mains and laterals. Tie all bare copper wire together in one continuous web; locate common tie point in a 101' round gray valve box and dimension on the As-Built to two sprinkler heads. E. All splices must be encapsulated in a 3M Brand DBY Direct Burial Splice Kit. All splices must be contained in a plastic valve box. No splices are permitted between controller and the valves. 3.16 DOUBLE CHECK VALVE ASSEMBLY A. New Backfiow Prevenbon Devices are to be certified per local health District requirements. The Contractor shall be responsible for arranging certification and providing one (1) copy to the Owner prior to Final Acceptance. 3.47 SYSTEM FLUSHING The entire system shall be flushed prior to the installation of the sprinkler heads. After capping all risers, Contractor shall remove the cap nearest the automatic valve, flush and recap, Repeat this process until the last head on the circuit is flushed. RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02811 IRRIGATION SYSTEM 3.18 PRESSURE TEST A. Mainline: Conduct a hydro-static pressure test of 150 psi for 30 minutes, by attaching a test pump to the PVC mainline at any leak-proof quick coupling valve (or at temporary connection at the Contractor's option). Cap at applicable points, if necessary. Leave all system joint, connections, etc., exposed until after completion and acceptance of pressure test. Fill the mainline from the connecting point until all air is removed from the mainline. Ensure that all automatic valves are manually closed with the flow control stem prior to starting the test. Apply 150-pound test to the mainline after the connecting point and hold for one hour. The maximum allowable pressure drop shall be limited to 5 psi in 30 minutes. At the end of the test, open the test pump valve and slowly remove the pressure from the pump and mainline. The test is complete at this point if the pressure drop is at or below that prescribed above. B. Laterals: Leave all system joint, connections, etc., exposed until after completion and acceptance of pressure test. Purge air from laterals and cap risers. Open valves and bring system to line pressure. Inspect lateral lines visually. Repair leaks, however minor. Re-test all rejected systems or portion. Test before installing "swing pipe" for spray heads. C, The Contractor shall furnish all materials, equipment, and labor for the test and any required or necessary re-testing. The Contractor shall notify the Owner at least 48 hours prior to the test so an Owner's representative may witness the test. 3.19 PERFORMANCE TESTS A. Upon completion of the system installation and after the flushing and pressure tests have been completed, the Contractor shall operate the system in the presence of the Owner. Sprinklers shall be adjusted to provide complete coverage and proper operation of the system. B. System shall be tested for manual, semi-automatic and fully automatic operation. Failure of the system to function in any of the manners described will require re- scheduling of the test. Contractor is expected to have tested all electrical components of the system thoroughly prior to calling for an automation test. Check for proper operation of Owner-provided hand-held remote control device. Owner shall verify that transmitter and receiver are operational. RUSSELL ROAD SOUTH REACH LEVEE APPENDIX A LANDSCAPE SPECIFICATIONS SECTION 02811 IRRIGATION SYSTEM C. After the system demonstration, the Owner may request up to five (5) percent of the total nozzles be substituted at no additional cost to the contract. 3.20 FINAL APPROVAL Upon completion of all tests, substantial completion approval for the system will be contingent upon Contractor providing signed and approved permits as may be applicable. 3.21 SYSTEM OPERATION A. The Contractor shall schedule a training session for the Owner's representatives for the operation/winterizing of the system. The Owner will be notified of this session at least 48 hours in advance. B. When using compressed air to winterize the system, do so in two short cycles at no more than 80 psi air pressure. Do not allow pipe to compressor to get hot to the touch. TRAFF I CONTROL PLANS SR 516—S 2315`Way Levee Improv./Hallock A - 2 May 22, 2015 Project Number: 09-3006.2 LF-f . a V II W JAM ES ST I DISTANCE ' NROAD TYPE , BETWEEN SIGNS URBAN 2,5/30 MPH 200 FT 200 FT C8'G � .: RCS NG URBAN—STR€€�S - RESIDENTIAL & 350 FT 350 FF BUSINESS DISTRICTS Q 35/40 MPH RURAL ROADS & a {. URBAN ARTERIALS 500 FT 500 FT 45/55 MPH ' I e LEGEND S7 SIGN LOCA'IION PREP (WOOD POST MOUNT) Q GENERAL NOTES: 1, ALL SIGNS AND SPACING SHALL CONFORM 0 TO THE MUTCD AND CITY OF KE.NT SPECIFICATIONS, 2, PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT AL TIMES. I ALL SIGNS 48"x48" B/O UNLESS OTHERW5E SPECIFIED. TRAFFIC CONTROL PLAN 4. ALL SPACING MAY BE ADJUSTED TO TYPICAL ACCOMMODATE AT GRADE INTERSECTIONS a AND/OR DRIVEWAYS, TRUCK CROSSING 5, ALERT AFFECTED RESIDENTS AND CITY OF KENT sc^F "rs cxwa I BUSINESSES, 6N61NEERING DEPARTMENT DATE .ILNE 261J ^�.' I ' OV3HV aa01a GV0 ,aql LEGEND dt �r1 a SIGN LOCATION ` dfad y} —zs (TEMPORARY MOUNT) £�OZA T f WORK f` VEHICLE H1—OZ1h BAGGER LOCATION xi, .0°t I ujw ,OS t: I i WORK VEHICLE is s 50' rninX '.. 100'ma I W f > rr".I• W20-7A Lu 1qo' � s W20-3 GENERAL NOTES: sza�n A 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT R°h0 SPECIFICATIONS. sz WORK ` 2. ALL SIGNS 48"x48" B/O UNLESS OTHERWISE dHEhD SPECIFIED. Y20 `+ 3, ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS i AND/OR DRIVEWAYS. a .. 4. ALERT AFFECTED RESIDENTS AND BUSINESSES I I TRAFFIC CONTROL PLAN TYPICAL. g K.ENT FLAGGER CONTROL w.e�ix�inw ' CITY OF KENT scXL nrs ENGINEFR(NC. DEPARTMENT DATE JUKE 2013 �n — KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STORM 5-1 Catch Basin Type I 5-31 Filter Fabric Fence 5-35 Temporary Stockpiling STREET 6-33 Cement Concrete Curbs 6-34 Curb and Sidewalk Joints 6-35 Expansion and Contraction Joints 6-58 Minor Fills Around Trees 6-71 Roadway Barricades 6-82 Sign Installation 6-93 Standard Junction Box, Types 1 & 2 (2 sheets) SR 516 — S 231"Way Levee I mprov./Hallock A - 3 May 22, 2015 Project Number: 09-3006.2 NOTES: 1. CATCH BASIN TO BE CONSTRUCTED IN ACCORDANCE WITH AASHTO M 199, (ASTM C 478,&ASTM C 890) UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE WSDOT STANDARD SPECIFICATIONS. 2. AS AN ACCEPTABLE ALTERNATE'10 RESAR, WELDED WIRE FABRIC HAVING A MINIMUM AREA Of 0,12 SQUARE INCHES PER FOOT MAY BE USED, FRAME AND GRATE WELDED WIRE FABRIC SHALL COMPLY TO AASHTO M 221(ASTM A 497), SEE STANDARD PLANS 5-4 THRU 5-8 AND 5-12 WIRE FABRIC SHALL NOT BE PLACED IN THE KNOCKOUTS. 3, PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS, THE KNOCKOUT DIAMETER SHALL NOT EXCEED 20". KNOCKOUTS SHALL. HAVE A WALL THICKNESS OF 2"MINIMUM, PROVIDE A LT'MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF [HE PIPE. 4. ALL 30INTS I.N THE BRICKS,GRADE RINGS,RISERS AND CASTINGS SHALL 5 „ BE SEATED IN MORTAR, PICK HOLES,CRACKS AND ANY OTHER JOINTS j SHALL BE f1NISH GROUTED TO PROVIDE A WATERTIGHT STRUCTURE, 6" S. 1HE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST ORI2n PIPE INVERT SHALL BE S'. ONE#3 BAR HOOP FOR 6"HEIGHT TWO#3 BAR HOOPS FOR 12"HEIGHT RECTANGULAR ADJUSTMENT SECTION (WEIGHT-200 LDS.- 6") (WEIGHT-580 LBS.- 12") PIPE ALLOWANCES MAXIMUM 1 PIPE MATERIAL INSIDE \gyp DIAMETER 3" Q4„ REINFORCED OR 12" #3 BAR PLAIN CONCRETE EACH CORNER 21, ALL METAL PIPE 15" MIN. #3 BAR_ SOLID WALL PVC EACH SIDE (WSDOTSTD.SPEC,9-0512(1)) 15 #3 BAR EACH WAY •4" , PRECAST BASE SECTION (WEIGHT-2170 LBS.) NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE S 2 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT of INASH,H - THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST, CITY OF KENT ENGINEERING DEPARTMENT ti KEie�Tr CATCH BASIN TYPE I .Q P j�{Q.'� O Q WANINOtnY �Or F�13TEa� oesFCREo owH Fa`JAL Fy DRAWN Be sca STANDARD P Bowe all CHECKED _. DATE.... 5-1 APPROVED INwE� WIRE FABRIC NEWLY GRADED OR 1p DISTURBED SIDC SLOPE 2' 2' -- FILTER FABRIC FLOWMATERIAL e LARGE ROCK 2"OR GREATER IN DIAMETER NATIVE BACKFILL MATERIAL OR 3/4"-I,5"WASHED GRAVEL ',. '...... FILTER FABRIC MATERIAL SECTION A-A 2"x2"x14 GAUGE WELDED WIRE FABRIC OR MIRAFI f00X OR EQUIVALENT A WIRE RINGS EQUAL(IF SBB#EXTRA STRENGTH FABRIC (TYPICAL) IS USED MAY ELIMINATE WIRE FABRIC) IOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS. USE STAPLES,WIRE RINGS, " OR EQUIVALENT TO ATTACH FABRIC TO POSTS. "" — STEEL OR A a 2 X 4 WOOD POSTS. L� U 6 O.C. INSTALLATION NOTES: ELEVATION 1. FILTER FABRIC FENCE SHALL BE REMOVED WHEN THEY HAVE SERVED THEIR USEFUL PURPOSE AFTER THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED,THE NEWLY DISTURBED AREAS RESULTING FROM FILTER FABRIC REMOVAL SHALL BE IMMEDIATELY SEEDED AND MULCHED OR STABILIZED AS APPROVED BY THE ENGINEER. 2. FILTER FABRIC FENCES SHALL BE N07E;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT"BUT INSPECTED IMMEDIATELY AFTER EACH a AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE RAINFALL AND LEAST DAILY '�Q�r-'�'.F.� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT DURING PROLONGED RAINFALL.ANY i�"�,. E WA& �„y, THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST, REQUIRED REPAIRS SHALL BE MADE `V K'3 IMMEDIATELY, p �srw �q. co O CITY OF KE."1`+ T '. q 2 + ENGINEERINO OEPARTMENT 3, REMOVE SEDIMENT WHEN IT REACHES �-3 �- 1/3 FENCE HEIGHT. G' .6 P 21+93 9 �- KENT FILTER FABRIC FENCE 4, INSTALL THE SILT FENCE FIRST, PO,� 6�1ST�pE �c4' AFTER TI IE SILT FENCE HAS BEEN Lam'�'O ��s NONE sipl+unnu Pteav � _, INSTALLED,CONSTRUCT BERM AND NA�- �`� OWN eNegceo Dave. . .. .. TRENCH, n PROVM wsNw f FOR FURTHER INFORMATION - ON STOCKPILING MATERIAL SEE SECTION 2,3,E 24'MAX HEIGHT BURY SHEETING S M1tAX PACING INTO EXISTING SOIL MINIMUM 4"X4"TRENCH ITRES,SANDBAGS,OR EQUILVALENT // B t<Ey PL`1s1?CgyS , MAY BE USED TO WEIGHT PLASTIC S 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, 1 MAXIMUM PERMITTED SLOPE SHALL BE 2HtIV, 3,SEAMS BETWEEN SHEETS MUST OVERLAP A MINIMUM OF 12"AND BE WEIGHTED OR TAPED. 4,TEMPORARY STOCKPILES SHALL NOT BLOCK THE SIGHT DISTANCES OF ANY INTERSECTION OR DRIVEWAY. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT C) AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT OF WAOI, THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. c d �P CITY 9NOINr RINDEPARTMENTOF K �T G F ,E:�N TEMPORARY STOCKPILING A P 2140 O wn.M".a<.x FG15TE � p — AL . ON NV� n w =N naWN SCAT£._---_Noxs DARD PwN CR5CX a GATE 5_.38 MPftOVEO fNEwF£p ; z 12"R 8' I W a COMBINED CURS AND GUTTER CONCRETE EXTRUDED CURB EXPANSION JOINT 1 3 1/21, 1%MIN. - I-•--1 2%MAX, NOTES: ' u, 1. CONCRETE CLASS 300015 REQUIRED, 2. ROLLED CURB MAY ONLY BE USED WITHIN A M € CUL-DE-SAC. a 5"SIDEWALKS 3. IN ROADWAY SECTIONS WITH SUPER ELEVATION, „° THE GUTTER PAN WILL MATCH THE ADJACENT 12 PAVEMENT SLOPE, 6"2- ¢, DESIGN SIDEWALK CROSS GRADE SHAI-1.BE 1,5%. ROLLED CURB �- COMBINED CEMENT CONCRETE CURB AND GUTTER NOTE:CE 7A OF CURB SHALL NOT EXTEND - i T�pFR BEYOND THE FACE OF GUARDRAIL TOWARD THE TRAFFIC LANE ss VARIES M � �\ OGkvo? 7/i//r//�//\�`\����//�'��` CEMENT CONCRETE PAVEMENT ROLLED CURB /FCNR TRANSITION EXTRUDED CONCRETE '. CURB UNDER GUARDRAIL ,q WAS NOTE:THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT o� WASy AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION I5 KEPT ON FILE AT p THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, CITY OF ]KENT ENGINEERING DEPARTMENT A�� p�274sR�o �L CEMENT CONCRETE KENT OdAL � ""•"'»"„» CURBS DEStGNWPIH „� SCALE NONE_ STANDARD PLAN CHECKEti DATE APPROVED Elip»€FF P .J as I/4""V"GROOVE 3/8"EXPANSION JOINT 3/8"EXPANSION JOINT CBJJOINT 4„ W a� n 1"'Y GROOVE SECTION B•8 DUMMYJOINT 1/4""V"GROOVE3/8"EXPADUMMYJOINT3/8"EXPAN 1"'V,GROOVE DUMMYJOINT B B '.. VERTICAL CURB&SIDEWALK NOTES: I, AN EXPANSION JOINT CONSISTING OF 3/8"x FULL DEPTH OF PREMOLDFD S. AS ALTERNATIVE TO EXPANSION JOINTS AROUND JOINT MATERIAL SHALL BE PLACED AROUND FIRE HYDRANTS;POLES,POSTS, STRUCTURES,REINFORCING BARS MAY BE EMBEDDED IN AND UTILITY CASTINGS AND ALONG WALLS OR STRUCTURES IN PAVED CONCRETE ON FOUR SIDES OF STRUCTURES, AREAS.JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS OF AASHTO M33(ASTM D994). 5. INTERFACE BETWEEN CURB AND ADJACENT SIDEWALK ON INTEGRAL POUR CONSTRUCTION SHALL BE FORMED WITH 2.AN EXPANSION JOINT CONSISTING OF 3/8"OR 1/4"x FULL DEPTH OF 1/4"RADIUS EDGING TOOL ON SEPARATE POUR PREMOLDED JOINT MATERIAL SHALL BE PLACED IN CURBS AND SIDEWALKS CONSTRUCTION AN EXPANSION JOINT CONSISTING OF 3/8" AT A MINIMUM OF 15 FOOT INTERVALS AND AT SIDES OF DRAINAGE INLETS, OR 1/4"x fULL DEPTH OF PREMOLDED JOINT MATERIAL WHEN CURBS AND/OR SIDEWALKS ARE PLACED BY SLIP-FORMING,A SHALL BE PLACED BETWEEN THE CURB OR THICKENED EDGE PREMOLDED STRIP UP TO I/2"THICK AND UP TO FULL DEPTH MAY BE USED, AND THE ADJACENT SIDEWALK, 3, EXPANSION)DINTS IN SIDEWALK 7, A i"EDGED GROOVE MAY REPLACE THE 3/8"EXPANSION SHALL BE LOCATED SO AS TO MATCH JOINT AT INTERFACE BETWEEN CURB AND ADJACENT THE JOINTS IN THE CURB WHETHER SIDEWALK FOR SEPARATE POUR CONSTRUCTION. SIDEWALK IS ADJACENT TO CURB OR SEPARATED BY PLANTING STRIP, ' oSE .Ij NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT F 4. CONTRACTION JOINTS CONSISTING OF `�� �k WASy� AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE `y' F,h. x. �e� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 1/4"V-GROOVES SHALL BE MADE IN Q yQ y z THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST, SIDEWALK AT FIVE FOOT INTERVALS, INTERMEDIATE TO THE EXPANSION y ''� CITY OF TEE" N'T JOINTS. ENOINEVRINO OEPARTMrNT 214 op RfislsTeT, K£TIT CURB AND SIDEWALK JOINTS F`�QNAL 0A w..",.a.o" DEbY0NE0 OWH SCh�6 NONE STANPARO PLAN nr.nwrr E cwccxED Cam - 6-34 APFROYEU muncm IS'MAX. 5' 5' S' GROOMED FINISH EXPANSION JOINT '. SJOS �'9S 54'TF EXPANSION JOINT CONTRACTION JOINT(TYP.) EXPANSION RF��A (TYP,)SEE DETAIL"A' SEE DETAIL'B' JOINT CURB& GUTTER 4" 2„ 3/8'x FULL DEPTH L g CONTRACTIO JOINT,5'O.C. EXPANSION JOINT, (SEE NOTE } IT O,C.(MATERIAL SEE NOTE 0) DETAIL"A" DETAIL"B" EXPANSION JOINT CONCTRACTION JOINT 1%(MIN.) 4"CONCRETE PER WSOOT -r 2%(MAX.) STD.SPECIFICATION 5-14 ...LLL 3/8"x FULL DEPTH EXP NSION MATERIAL(SEE NOTE ) DRIVEWAY SIDEWALK 2"CRUSHED SURFACING TOP COURSE 3/8"x FULL DEPTH EXPANSION MATERIAL(SEE NOTE(2 ) .a _ CURB GUTTER @.SIDEWALK - CROSS SECTION 4"MIN. - 6"CEMENT CONCRETE DRIVEWAY APRON AND 2" NOTES: GUTTER FOR RESIDENTIAL DRIVEWAYS, 1. EXPANSION JOINT MATERIAL TO BE 3/8"X FULL DEPTH AND SHALL BE PLACED AT 15' 8"REINFORCED CEMENT CONCRETE APRON AND '. O,C,SPACING.ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE WITH GUTTER FOR COMMERCIAL DRIVEWAYS, WSDDT 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 I/4" WIDE BY 2"DEEP AT T SPACING. 3. EXPANSION JOINTS SHALL BE INSTALLED 5 NOTEt THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT P' CURB . GUTTER AND SIDEWALK AND - '�, WAS � AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE P.C. &ANGLE AT ALL CURB RETURNS AND oF' yYti E ALL ANGLE POINTS. �� ti cT �O ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FIL€AT NT tN i THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 4, FORM&SUB-GRADE INSPECTION N - H CITY OF KEN'T REQUIRED BEFORE POURING CONCRETE. ENGINEERING DEPARTMENT 5, EXPANSION JOINTS IN SIDEWALKS AND Apt.` RFGISTgR`°� F,� IC" EXPANSION AND. CURBS SHALL BE ALIGNED WITH EACH OVAL ��rj\� w��n,xornx CONTRACTION JOINTS OTHER AND NOT OFFSET. DESIGNED b14H SCALE NO aMDARn 74GN gftAWN BB `_ 6, DESIGN SIDEWALK CROSS GRADE SHALL. cHEcxEP — uwrracn "'« iJ" BE 1.5^/0, AVNttweP i f DRIP LINE FINISHED GRADE I"-STRAW LAYER NATIVE SOIL FILL ORIGINAL GRADE ORIGINAL.GRADE NOTES: 1. EXTEND STRAW OUT TO DRIPLINE OF TREE, r, 2, COMPACT SOIL BY HAND EQUIPMENT ONLY. NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT WASry�v ' .q AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT y THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KFN'T EM00494; NG DEPARTMENT 21483 o f FGIST�a` F� KE1NT MINOR FILLS AROUND TREES TONAL EN DESIGNED Fos SCALE_ NONE ST ANDARD DRAWN.—..._JEI_—�.. - 9HECHEU, DMJ VATE e_tt-88 APPR94fD i VARIES 45° I TYPE OF 6" 6" r. SUPPORT 6' VARIES M TYPE I BARRICADE TYPE 11 BARRICADE SANDBAGS FOR ADDED STABILITY MOVABLE(TEMPORARY}, TYPE III BARRICADE BOLTS: 2 PER JOINT 1/2"X 3"LAG SCREWS BOARDS; NOTE: GALV. 8"X 1"OR 127 1" FOR DIMENSIONS NOT SHOWN,SEE TABLE, a N Z 45° 0 I' VARIES Z'MIN, r, (TYP,) POSTS:4"x 6"MIN, PRESSURE TREATED BARRICADE NOTES; OR CEDAR PAINTED WHITE. TYPE J II III FIXED(PERMANENT) WIDTH OF RAIL "MIN, B'"MIN, MIN, TYPE III BARRICADE 12' MAX, 12' MAX. 12"MAX. LENGTH OF RAIL 2' MIN. Z'MIN. 4"MIN, HEIGHT T MIN, T MIN. 5'MIN, DEMOUNTABLE LIGHT"A" POST OR STRIPE NOTES: TYPE OF FRAME OR HEAVY"A'" FRAME SKIDS - FLEXIBILITY MOVABLE PORTABLE MOVABLE OR -ORANGE&WHITE IF TEMPORARY.RED PERMANENT &WHITE IF PERMANENT, S z NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT -REFLECTORIZED '� Qp WAsiy,� I AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE e�A ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT -SLANT DOWNWARD, RIGHT OR LEFT,IN O Aa x0 1 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, DIRECTION TRAFFIC WILL PASS.SLANT 70 BOTH DIRECTIONS FROM MIDDLE IF '—` r CITY OF KENT TRAFFIC PASSES BOTH ENDS,WIDTH 6" E'` �4 ENGINEERING DEPARTMENT EXCEPT 4"IF.RAILS ARE LESS THAN 3' 'gip �'RFIS TGSyEa [0 LONG, �\� KENT ROADWAY BARRICADES -SLANT DOWNWARD TD MIDDLE AT END DESIGNED Dw OF CLOSED ROAD. DRAWN RR SCALE...„.._ NBNE 9TANDAfiD pIAN CHECKS© DATE SEE MUTCD SEC.6F.63 mpRoVtU.__- °g1N6° V N y, tuU] 0Fo � u o —. OO afi p t¢qo S W fD z �w z z ZI mH 0 N LL J fii g O aH q 8 N a � - - - -- 0 0 0 N L1 0 CN � ZZ UQu iX p ¢ dg© p ZN LL¢LL11 r�-id . Kul J � W W £ g w z N 0 0 0 0 0 0 O • 0 0 0 0 0 tl 0 0 tl a ° \/ H J N wd y Z W K ( 4 d ` w o � wnwcy a \ „bZ d�N � K [i QN �¢ G ~C F n � ✓� �iN 4ka O �O �o n O to ut N � � m D'O WA - NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT UT O p AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT Q yP THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. ° CITY NO KET+7T EN09NEERIO DEPARTMENT R 2140 F�tsTE�`�\�F� KNT SIGN INSTALLATION ON AIL LNG ° DCSIONED nw SGtE 0 STANOAfto mm DRAWN----98.. cwcC D OA7E @—pn ENCINE£R V Vd. APPROVFO 4 v pu OF 4Jw Vw m Q »mom mt9 G`'� ncr O Vnn� 'S'Qnri �x rL p Mp X¢ �p wr uzv� zsa }�- '� mw1 n?97� o w a LL a_ za •�. 1 la On n x r ¢a '` ym�w cvwi p� O tl7 UN'{LL y0 �op4 n waR Nz oW wxn� m� � z� mocuaJ �ad �sz N�yi z�m QN ¢Q. nwJ Nao t"no o xs Qzz`' Z' Ywzw ad G oy �z3z_ "6'olr �w N J �~� 6 N o z<s o o ¢Fa -, LL- d -4 v x x � o G w� p z(r o m x Cr ly W Cl I 6 p n = w 0 Q 'NiW,19 u -- Y N O 0 � M z a p K alasloap < � M1.. G O J W 9 p LL 4JLi w IiZI O 4 � } NOTEt THIS PLAN I$NOT A LEGAL ENGINEERING DOCUMENT BUT 9F WASiy AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE N61 'W ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT p NQ �a z THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. y CITY OF KEN T" ENOINEERINO CEPARTMENT pF 21493 �a • STANDARD JUNCTION BOX o GfsTE� �F K�NT TYPES 1 & 2 a'VfiL ^U� W......... SHEET 1 OF 2 DRAWN,D OWH SCALE— NONE STANUAfiD PLAN DRAWN__ DD __. CHECKED bATE - 6-9 3 APPROVED wcxefn V J SYSTEM IDENTIFICATION DETAIL I'y(TYP,) f1"(TYP.) ITS INTELLIGENT TRANSPORTATION SYSTEM KENT COMM COMMUNICATION SYSTEM LT LIGHTING SYSTEM '... TRAFFIC SIGNAL SYSTEM TEL TELEPHONE SYSTEM '.. SYSTEM ID DETAIL FOR SHEET I JUNCTION BOX DIMENSION TABLE BOX TYPE _ ITEM TYPE 1 TYPE 2 A OUTSIDE LENGTH OFIUNCitON BOX 22" 33" B OUTSIDE WIDTH OF JUNCTION BOX 17" _. 221 21, C INSIDE LENGTH OF JUNCTION BOX 18"!19" 29 0 D INSIDE WIDTH OF JUNCTION BOX 1S°,14" 18112" F LSD LENGTH 175 8" 28 8 8" F LID WIDTH I2 SI8" 18 1 8" CAPACITY-CONDUIT DIAMETER 6" 12" JUNCTION BOX TABLE FOR SHEET 1 NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT STANDARD JUNCTION BOX KENT TYPES 1 & 2 w.. SHEET x or x OESEGNED DwR SCAtE NONE STANDARD PL DRAWN 96 CRECXEO - DATE - _. 6-93 APPROVED i r � _ WSDOT STANDARD PLANS B-25.60-00 Concrete Inlet SR 516—S 231-"Way Levee Improv./Hallock A - 4 May 22, 2015 '.. Project Number: 09-3006.2 w N W N ��.t�Lu iGmm� ry O° 'tlG m 4 O A A '�� i„sFW V rc 0.N [`Tl.mcm �»m �c m E -2 m c° c n w c c e Y 6 c .a �a � o iErye "4 sa a m Jj+ .. p0 ors o8j F r� �mro So g e us xi cc row o m A Eo mP E m I a rornEw m m=cmi v Lai ._.ca to .0E 5IS ��.f m y m p .^roWA 43 SRC j m m m YW to �. a o D mv� o � Emm EE cccccKKKKKro t(33 E IU.$ .x y E E W2 E E 0.a R ! d IL � w I V �z0 J mdy a Y� �s x� N 0 yf o am � m vo °m e9Z . (/ K n� w 2 o u� �o m S� NIMS NUMY Ati W.hViIi1 L I PRODUCT INFORMATION Waterman C-20 Canal Gate SR 516—5 231"Way Levee Improv./Hallock A - 5 May 22, 2015 Project Number: 09-3006.2 C=20 CANAL GATE • 10 foot Unseating Head Up to 35 foot Seating Head (see chart) • Rugged Cast Bronze Lift Nut Machined Iron Seats, standard Rising Stems •Adjustable Side Wedges USES: The Waterman Model C-20 Canal Gate is made to titthe need for a moderate pressure cut-off where either moderate seating or low unseating pressures are encountered. Typical uses include installation In treatment plants, flood control projects, Irrigation canals and diversion stands. FEATURES: Flatback gates for headwall mounting or spigot back models for attaching to corrugated metal pipe are available. The cover, frame ring, adjustable wedges, arch, and handwheel are made of cast iron, The lift nut is cast l bronze and utilizes rugged acme type threads. The steel stem is secured lathe cover by an easily remov- able pin to permit removing for maintenance. This t xi feature also allows the user to stock standard frame length gates and provide field installation of rising stem extensions,where this is desirable, Standard accessories, galvanizing, and bronze seats and stems are available, _ i F latbackflanges with 25#or 125#ANSI standard drilling available on special order. A variety of sizes are available and custom require- ments may be furnished. Stainless Steel Guide Rails and Stem, optional Bronze Seats, optional 25# and 125#ANSI drilling, optional 11 RECOMMENDED MAXIMUM SEATING and UNSEATING HEADS RECOMMENDED RECOMMENDED .� �O����"� ��9 '•$ GATE SIZE MAXIMUM MAXIMUM ' SEATING HEAD UNSEATING HEAD WTO 12' 35 FEET 10 PEET 14'TO1W 32 FEET 10 FEET 20'TO W 26 FEET 10 PMT 3e"T042' 20 FEET 10 PEET "These recommendations are based upon design studies ''.. and modifications of this valve and upon years of '.. Installation evaluations. 1 C-�20 CANAL GAFF DE6 SION cTe3 �?Y6b?.IobriaateJ ball!rearing iYH uszdai. 42 g€Ic, (2�f>2}ikeaie sp gomsce gale anl} r]pt Anal �� a !gar shA.rnmpManlom G /,k`' 3 Anlli pfor nfos�tlrsyro25 Ar 12 3b.o$e � l� Lange avatfaole Yora'19bt a tau-�eate mid Em m� ilIng. W.leiNofiaryj is i`" E"'' '-- araUBle scan et d:1111np. ,diu17,W'd ahEbkOC4fi roer+cfinr bob r�[ � I [}� { �Y.` q pr praecliml. 8 T GTd N F ..43-- l41 PARTS LIST i FRAb'E S ICP -104i bbb' 2 cauEa r I'f i I I r �:✓ z� 5 ARCH 6 GUIDE RAL 3 a.0 ` 1 ._ 7 HEAD RAL _..-._.. � 8 STEM l'"i_ 6 ^•.. 8 HANVMr EL lsl2 ! tR STEM DOLT 1 !'"—Wa€erman stmUard rtrEl Poj T+V,%4 14 lIMIi Nt77 ta9b 1 Da boll o�ringecle 9Aw °Nl" on 1& LGT GpLLAt2 the belzanial certer ne (25$ur 1259 lrettarns s449 av4tls6x) GATE DIMENSIGNS IN INCHES S C D E F u H J L M N P Q C? R I j T U v 18Ya 13% 5% '.%n 3%, 12 24 fA I 3`e 2A 9 9 1n 14'1s 6 r✓n Sr. 12 24 2%. 1< .. 'A 2Ya 11 Sia GA 19 17°6 G!v re 3'E 12 3P 21/. t, 16'h 'A 211 13 % S`(i 7% 3f' 21 19 i 6 a rR 2% 12 32 2'(. :, 18''y rA PN t5 '`I. 1 i 8% 3i' 22;.. 2e, el, °rk 3% 12 3z 3A Ala 24 14 2A 16 "hi 1 i 9 2;§ 2314 29% 7'fe e 314 12.. 32 2 v A 21 'k 2% 17 e 1% 4�a 3Yi 25 24 81/, 1v 4/. 15 36 4 i 23 s& 2% 19 '/. 2 10, 4?f * 27t,4 26 61G 1 414 15 42 4 h 2S% 24 21 '/. 2 M4 414 28I. 26% 9 1Ys 4'n 15 42 4 % ?6% !¢.. 21U 22 1/1 2 114 if, �32 301, 9% 1 4Z, 15 48 4 :$ 30 25 14 2 13% 414 39% mlY 10 1h 514 18 60 415 I 37'A xA 2l 3T 24 1N F7 4, i + 46 42% 12 1r 5 18 70 4�1, 1 43% IA2J 37 ri 2 2q- +r14 53 49yt 1'/i 5 24 84 6 1 a 49'/,i 2 i 43 % 23i; s lerdt 1�s q �..........�.�.. Lift NUipEM EXTENSIONS 1`( a b 9eR ) V RISING STEM EXTENSIONS (RSE) rRpa,..k.l For C-10, CL-10, CL-11 AND C-20 MODELS Waterman Rising-Stem Extensions are factory installed to the height ("H") required, They provide a rising steel and handwheel, keepingt z aoltnm ereckef threads and lifts above the water level and allowing the amount of gale ' Tep rah opening to be readily determined. Cast iron brackets,fastened to the fop o d o a and bottom of standard galvanized steel pipe, are secured to the frame " headrall and mount to the standard handwheel and stem hardware. o �.'_ q a a The steal extends through the entire length of pipe. With the addition of ail seals, these rising stem extension can be used where weather e conditions require that the stem operate in oil to prevent freezing. el el 24 3J 2% 24 16 YS r3°= 3% 2, 24 31 z';, z2, RISING STEM EXTENSION 3 2s 30 3% P'% 32 4/ 311, 34 4 ; � .f 4/a 3Ya 38 VARIABLE RSE EXTENSION 5 4 M 5 9 62 Complete units are available Born the 6 8 84 - factory when desired. 7 e ga 6' .24" pates require f4," pipe 7 6 loa 30"-36"gates require 1',"pipe - r 42"-48"gates require 2" pipe ' 7 6 toz a These extensions may also be All dlrriensl0ns In inches aqd apply i0 C-1U SefW5 yafe&. adapted to 0-20 pates. `8pedai faNcaled design for geared type lea. - NRS EXTENSION NON-RISING STEM EXTENSIONS For CA0, CLA0, GL-11 AND C-20 MODELS Waterman Non-Rising Stem Extensions are an accessory to Water- man stock gates. They are used to position the gate handwheel at Handwheei convenient and non-changing operating elevations. This eliminates the problem of gate control hardware which might otherwise rise into ,w Extornitm traffic areas or walkways. Welds Top Breaker (optional} The use Of Waterman Non-Rising Stem Extensions also eliminates "' Plpo(variable) the expense and inconvenience of ordering gates of special dimen- = 6xtensien sions to meet different operating height conditions. The extensions _ Bottom Bracket y e upper and brackets are Thrust are readily Installed in the field. The l bk tat NutColla = setscrews r - joined by a section of standard galvanized steel pipe (normally Date Top Ball customer furnished)by means of threads,set screws,pins orwelds. The length of pipe inserted determines the elevation of the hand- wheel,Waterman Stem Guide Models,such as Eye Bolt,NRS-K,SK- I, SK-2, K 1 and K•2 Series, are recommended to secure the Normally Field Installed handwheel location. Extends STEM EXTENSION Extends Handwheel Height Without Disturbing Frame or stem i ENVIRONMENTAL PERMITS SEPA — Mitigated Determination of Non-Significance Washington Department of Fish and Wildlife — Hydraulic Project Approval City of Kent Shoreline Substantial Development City of Kent Shoreline Conditional Use US Fish and Wildlife Bald Eagle Take NPDES Construction Stormwater General SR 516—S 23V Way Lovice Improv./Hal lock A - 6 May 22, 2015 Project Number: 09-3006.2 �CdWOMZC & COMMUNITY DEVELOPMENT Ben Wolters, Director PLANNXNG ;SERVICCS Fred N, 5atterstrom,AICP, Planning !)Erector Charlene Anderson, AICP, Planning Manager Phone, 253-856-5454 KEN" Fax: 253-856-6454 WADHl H6TON Address: 22O Fourth Avenue S. Kent,WA 98032-5695 ,ADIDEN]F.DtpM TO ivd%TXGSATE D DETeR► INi/A'6XONI OF NONSXGNIFICANC� EN -!2012-1 SR 516 TO S 231 ' WAY LOV05IMiPROVEMENlTS ENV-2012-1(K) ! PSA-21408s4 Responsible Official, Charlene Anderson, RICP Staff Gor tact: 1 rin George 1. PROPOSAL The City of Kent Public Works Department proposes to revise the design of- the previously permitted SR 516 to S 231st 'Way levee, The previously approved project Involves. work In several segments between State Route 516 and South 231st Way .(now called Veterans Drive); however, the proposed revision to the levee design will only affect one segment near the, .. Intersection of James Street and Russell Road. The location of the new levee berm (which has not yet been constructed) will shift approximately 30 feet farther from the river than originally-designed. The new levee north of James Street and adjacent to, The;Lakes community Is not proposed to change alignment, The finished elevation of there-aligned road will change to be approxlmately 8`feet high erihan;Its current elevation; 2 feet higher than previously designed. The, top'*bf •the existing levee berm will be ;removed to create- a planting. tench,between the river and the new levee, which will provide additional'flogd)storage and habitat for the Green River and prevent ponding of storm water runoff between the trall ,and the old levee. This project is part of a larger:effort to have the entire levee system within the city limits accredited by FEMA. Accreditation of this levee will remove areas behind the levee from FEMA flood maps which will reduce development restrictions.and FEMA flood Insurance requirements in the Kent Valley, Associated work Inclu des,�removal,and 'relocation of existing utilities within the new levee footprint, as well as removal of all trees and vegetation within the same footprint, Disturbed areas will be hydroseeded and off-site tree mitigation will occur upstream on the Green River at South 261st street and 80th Avenue South. Vegetation ,will be planted on the new planting bench; Addendum SR E16 to S 231#way Levee Improvements ENV-20 2-1(M)/ RPSA-2 40854 and landscaping strips will be provided along the street and the trail. The original levee design was permitted via a Shoreline Conditional Use permit (#RPP3-2120176) and Shoreline Substantial Development permit (*RPSP- 21201.35), No additionai shoreline permitting is required, as the proposed' change will not materially alter the projects ability to comply with the original shoreline perrnit conditions. The project area Is located on the right (east) bank of the Green River at the garner of James Street and Russell Road, identified as King County parcel numbers 2322049027, 2322049010 and 1085670000. The property is zoned SR-1, Residential Agricultural"and MR-G., Low Density Multifamily Residential, The scope of this addendum is to provide additional analysis and to identify any impacts associated with this development that may not have been evaluated under the original SEPA review for SR 516 to 5 231" Way Levee Improvements, ENV-2012-1. The analysis Is based upon the submittal of an Environmental checklist, ENV-2012-1 (M), KIVA 2140554, Sty. BACKGROUND INFORMATION Compliance with Kent's Comprehensive Plan (Ordinance 3222), the Washington State Growth Management Act (GMA), The Local Project. Review Act (ESHB 1724 and ESB 6094), Kent's Construction Standards (Ordinance 3944) and Concurrency Management. (Chapter 12.11, Kent City Code) will require concurrent fimprovements or the execution of binding agreements by the Applicant/Owner with Kent to mitigate identified environmental impacts. These improvements and/or agreements may include improvements to roadways, intersections and Intersection traffic signals, stormwater detention, treatment and conveyancer utilities, sanitary sewerage and domestic water systems. Compliance with Kent's Construction Standards may require the deeding/dedication of right-ofvway for identified improvements. Compliance with Title 11.03 and 11.06 of the Kent City Code may require the conveyance of Sensitive Area Tracts to the City of Kent in order to preserve trees, regulate the location and density of development based upon known physical c6ristralnts such as steep and/or unstable slopes or proximity to lakes., or to maintain or enhance water quality. Compliance with the provisions of Chapter 6.12 of the Kent City Code may require provisions for mass transit adjacent to the site. In addition to the above, Kent follows revisions to the Washington State Environmental Policy Act, Chapter 197 11 1VAC (effective November 10, 1997), which implements ESHB 1724 and ESB 6094. A. SEPA COMPLIANCE On March 9, 2012 the City of Kent issued a mitigated Determination of Nonsignificarice for the original design of the SR 516 to S 2311 way levee (ENV-2012-1), which included a setback levee berm In several segments between State Route 516 and South 231t Way, Page 2 of 6 Addendum SR 516 to S 231'k Way Leveelmprovernents ENV-2012-1(M)I RPSA-2140854 Scope of Addendum •- As outlined in the SEPA rules, an addendum provides new analysis or information about a proposal but does not substantially change the prior analysis of significant impacts (WAC- 197-11.-600(4)(c)). This addendum has been prepared .to provide information regarding the revised proposal for the SR 516 to S 231s� Way Levee Improvements. This addendum does not identify new Impacts" or significantly change the prior environmental analysts competed as part of ENV-2012-1. 0. STATEMENT OF CONSISTENCY This application is subject to and shall be consistent with the following, Kent City Code, International Eire Code, International Building Code, the City of Kent Design and Construction Standards, the City of Kent Surface Water Design Manual and the City of Kent Shoreline Master Program. C. ENVIRONMENTAL REVIEW — SCOPE OF DNS ADD.ENDU The City of Kent has reviewed all environmental documents associated . with the SR 516 to S 2311k Way Levee Improvements as part of a phased review as outlined by the State Environmental Policy Act, (WAC 197-11-055) The State Environmental Policy Act (SEPA) and .rules established for the act, WAG 197-11, outline procedures for the use of existing environmental documents and preparing addenda to environmental decisions. Phased Review -- SEPA rules allow environmental review to be phased so that review coincides with meaningful points in the planning and decision making process (WAC Broader environmental documents may be followed by narrower documents that incorporate general discussion by reference and concentrate solely on Issues specific to that proposal. SEPA rules also clearly state that agencies shall use a variety of mechanisms, including addenda, to avoid duplication and excess paperwork: Prior Environmental Documents -- The City of Kent issued a Mitigated Determination of Nonsignificanee (ENV-2012-1) on March 9, 2012. Lander the scope of ENV-2012-1, the City analyzed the impacts associated with the development of a setback levee. As revised, the proposed levee is consistent with the type of development which was analyzed under MDNS #ENV-2012-1; therefore, adequate environmental analysis has been provided for the impacts associated with this development proposal. III. ENVIRONMENTAL ELEMENTS All environmental elements were adequately addressed within the parameters of the MDNS issued for the original project (ENV-2012-1); however, additional guidance for the proposed revised levee is as follows; Page 3 of 6 Addendum SR 516 to S 23V way Levee Improvements ENV-2012-1(M)/RPSA-21408:4 A. Earth Approximately 33,000 cubic yards of fill material will be used for the proposed levee, which Is slightly more than the amount of fill originally planned (30',000 cubic yards) for the prior berm design. Approximately '2,250 cubic yards of excavation will occur to create the planting; bench and new road: Removed material will be disposed off-s'ste at an approved location. Water A portion of the project area is located within a special flood hazard area. The revised project design includes creation of a planting bench on the waterward side of the existing levee, which will create additional flood storage for_the Green River. The applicant is required to submit a completed Flood Zone Control Permit and comply with the City`s flood hazard regulations In Kent City Code Chapter 14.09, C. Plants The proposed revised levee will result in 3 additional trees removed above hose Identified for removal with the original design. The "planting bench" area to be excavated out of the waterward side of the existing levee berm will be planted with native trees and shrubs to replace those removed and provide wildlife habitat and shading. Off- site tree mitigation was provided with the original project design upstream along the Green River near South 2615t Street and 80£"' Avenue south. These mitigation plantings have already been installed. Type II landscaping will be Installed along Russell Road as originally required by the Shoreline Substantial Development Permit. D. Anirnals A Biological Assessment prepared by Shannon & Wilson, Inc., dated October 3, 2011 analyzed impacts to endangered and threatened species as a result of this levee project and three other levee projects. While it was not updated based on this revision, the analysis considered earthwork upslope of the Green River, which adequately captures the changes to this project.. The Biological Assessment concludes that through avoidance of In-water work and with Implementation of the TBSC plan, SwPPP, and stormwater control and treatment measures, the project may affect but is not likely to adversely affect Bull trout, Puget Sound Chinook, and Puget Sound steelhead and their designated critical habitat. E. hand and Shoreline Use . The original levee design was permitted via a Shoreline Conditional Use permit (#RPP3-2120176) and Shoreline Substantial Development permit (#RPSP-2120135). Pursuant to WAC 173-27-100, 'a shoreline permit revision Is not required, as the proposed change will not materially after the project's ability to comply with the original shoreline permit conditions, the Shoreline Master Program or the Shoreline Management Act, Page 4 of 6 Addendum SR 516 to S 231"Way levee Improvements ENV-2012-1(M)/RPSA-2140854 F. Aesthetics The ,Tames Street/Russell Road intersection will be . raised approximately 8 feet In order to accommodate the new levee berm alignment, with the road atop the levee in a portion of the intersection. To minimize impacts to the City's Public Works Operations facility, ,a retaining wall will be constructed to hold fill material for the new road, where it abuts the Operations site. This wall was not apart of the original design. The wall will gradually Increase In height along with the road as it approaches.the corner, with an average wall height of 8 feet, ¢�. Recreation The Green River Trail currently runs atop the existing levee berm. This trail will be removed and a new trail will be constructed at the James Street/Russell Road intersection to separate the trail from the roadway. The new.trall will connect to the existing trail to the north and south. Asphalt pathways will provide a connection to the trail for cyclists riding west on James Street and north on Russell Road. A raised crosswalk on Russell Road will provide a safe crossing for trail users who park In the Russell Road Park parking lot on the east side of the road. H. Transportation Eight parking stalls will be eliminated from the Public Works Operations facility as a result of this revised project. The applicant has coordinated with Public Works to rearrange the parking on-site as necessary to accommodate their needs. I. Utilities Some modifications to water and stormwater lines in the Russell Road and James Street Intersection will be necessary. Gas, electric, cable, telephone and sewer lines will also be relocated as part of the project. I1/, SUMMARY AND RECOMMENDATION A. SUMMARY Per WAC 197-11-660 and RCW 43.21C.060, the City of Kent may establish conditions to mitigate any identified impacts associated with this proposal. The following supporting documents serve as possible bases for any conditions and mitigating measures: 1, City of Kent Comprehensive Plan, as prepared and adopted pursuant to the State Growth Management Act. 2, The State Shoreline Management Act and the Kent Shoreline Master Program. . 3. Kent City Code Section 7.07, Surface Water and Drainage Code, Page 5 of 6 Addendum 6R Sf6 to 5 2315c Way Loves Ismrovemmts ENV-2012-1(M)/ RPSA-2 .40+894 4. City of Kent Transportation Plan, Green River Valley Transportation action plan and current six-Year Transportation Improvement Plan. 5, Kent. City Code Section 7.09, Wastewater Facilities Plan. 6. City of Kent Comprehensive Water Plan and Conservation Element. 7, Kent City Code Section 6.02, Required Public Improvements, 8. Kent City Code Section 6,07, Street Use Permit Requirements. 9; Kent City Code Section 1.4.09, Flood Hazard Protection. 10, Kent City Code Section 12.G4, Subdivision Code. 11. Kent City Code Section 12,05, Mobile Home Pans and Section 12.06, Recreation Vehicle Parks. 12. Kent City Code Section 3,05, Noise Control. 13. City 4f Kent International Building and Fire Codes, 14. Kent City Code Section 15, Kent Zoning Cade. 15. Kent City Code Section 7.13, Water Shortage and Emergency Regulations, and Water Conservation ordinance 2227, 16. Kent City Code Section 6.03, Improvement Plan Approval and Inspection Fees. 17. Kent City Code Section 7,05, Storm and Surface Water drainage Utdlity, 15, City of Kent°Comprehensive-Sewer Plan. 19, City of Kent Fire Master Plan. 20. City of Kent Section 11,05,'Critical Areas. B. RECO14 MENDA'I IO14 The Mitigated Determination� of hlonsignlfit.ance Issued under ENV- 2012-1 for the 5R 516 to S 231'�'Way Levee Improvements provided extensive analysis. With regard to the environmental impacts associated with the'construttioh Hof a setback levee. The City has reviewed the development proposai for the proposed revised levee and has found It consistent with the scope of the original proposal as identified under ENV-2012-1, therefore, this action will not create additional or significant Impacts beyond those previously Identified and does not warrant separate environmental review as outlined in the State Environmental Policy Act (SEPA), WAC 197-1.1. Dated* May 2, 2014 signature, Charlene Anderson, AICP, Responsible official si=:pm s:iPermit(Plan}Env�2014�214V$54addendum.doc ° .Pag�'6oP6 bu�aigniof HYUFtAULtCF'ji( JECTAF'PROVAL. 16018MillCreekBoulaysrd FISH and RCW 77,55.021-See appeal process at and of HPA MITI Creek,WA 08012.1295' WILDLIFE (425)975.1311 Issue Date: May 13,2014 Control Number: 126629-2 Project Explration Date:April 08,20,17 FPA/Pubilc Notice#: N/A PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of Kent Public Works Engineering Dept City of Kent ATTENTION:Seth Tan 220 4th Avenue South 220 Fourth Avenue South Kent,WA 98032 Kent, WA 98032 253.856-6500 253-856.5652 Fax:253-856-6500 Fax:253-856-6500 Project Name: SR 516 to S 231st Way Levee Improvement Project Project Description: Construct a secondary levee, approximately 5112 feet higher than the 100 year flood elevation of the Green River. PROVISIONS 1. The project may begin immediately and shall be completed by April 8, 2017. 2. Work shall be accomplished per plans and specifications approved by the Washington Department of Fish and Wildlife (WDFW) entitled,"SR 516 TO S, 231ST WAY LEVEE IMPROVEMENTS', dated May 9, 2014, 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 f sheldf@dfw.wa,gov) and the Enforcement Program Officer (e-mail to richaebr -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. Disturbance of the streambed and banks and riparian vegetation associated with the river shall be limited to that necessary to perform the project. Affected areas of vegetation shall be restored to pre-project or improved habitat configuration. Prior to December 31 of the year of project grading, the disturbed areas of vegetation shall be revegetated with native or other woody species approved by the AHB, Vegetative cuttings shall be planted at a maximum Interval of three feet (on center). Plantings shall be maintained as necessary for three years to ensure 80 percent or greater survival of each species or a contingency species approved by the AHB, 6. 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 Page I of 4 Washington HYDRAULIC PROJECT APPROVAL Nor Pager scans Departmentof 46016 Mill Creek Boulevard FISH erd ROW 77.55X21-See apnea[precees at end of IIPA Mill Creek,wA 98G12-1296 WILDLIFE (425)775-1311 Issue Date:May 13,2014 Control Number; 126629-2 Project fvxpirafion crate:April 08,2017 FPA/Publ;C Notice f#; NIA wetlands associated with the river. 7. If at any time, as a result of project activities, fish are observed in distress, a fish kiif 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 AHD. 8. Erosion control methods shall be used to prevent siit4aden 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-tilled burlap bags or other material, andfor immediate mulching of exposed areas. 9. Prior to starting work, the selected erosion control methods (Provision 8) shall be lnstalled. Accumulated sediments shall be removed during the project and prior to removing the erosion control methods after completion of wer`K, 10. 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. 11. Extreme care shall be taken to ensure that no petroleum prcducts, hydraulic fluid, fresh cement, sediments, sediment-laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or[each into the river or wetlands associated with the river. PROJECT LOCATIONS Location##1 SR 516 to$231 e[Nay WORK START: May 13, 2014 ORK END: April 08, 2017 WRA waterboy. : TrlbrAary to: _.... 09.0001 Cuwamish River/Green River Elliott Bay 114SEG: Section: Township: Range: Latlfude: Longitude:. [county, All 14 22 N 04 E N 47.40764 W 122.2707 King Location#1 Driving DrerAons Accessing the city from 1-5,take the State Route 616 Petit and head east on Hwy 518 towards tha city center.Turn left onto Washington Avenue SW and take a left again on South 196th Street.South 196th Street turns into Russell Road and continue to head straight until you reach South 200th and 5Eh Place South/Three Friends Flstrrnq Hale Park. APPLY TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Cade, specifically Chapter 77.66 RCW(formerly RCW 77.20). Additional authorization from other public agencies maybe 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 Page 2 of .? -Washin9ton HYDRAULIC PROJECT APPROVAL North Pugat Sound Department of 16018 Mill Creek Boulevard FISH and ROW 77.65,021-8ee appeal process at end of HPA MITI Creek,WA98012-1296 WILG4IFE (425}715.1311 Issue Date:May 13,2014 Control Number: 126629-2 Project Expiration Date:April 08, 2017 FPA/Publlo Notice#: N/A necessary for this project. This Hydraulic Project Approval shall be available an 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 Ina civil penalty of up to one hundred dollars per day and/or a gross misdemeanor charge, possibly punishable by fine and/or Imprisonment. All Hydraulic Project Approvals Issued under ROW 77.65.021 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-weak deviation from the timing window in the HPA when there are no spawning or incubating fish present within the vielnity,of the project.You may request subsequent minor modiflcations 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 aiterthe projects 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 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. 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 98504-8234. 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. APPEALS INFORMATION i . 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 dental 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 Page 3 of 4 HYDRAULIC PROJECT APPROVAL North pu at solind Department of 16018 Mill Creek Boulevard FISH and ROW 77,55,021-See appeal process at end of HPA MIN Creek,VIA 968I2.1 296 WLI)LIFE (425)776-1311 issue Date: May 43,2014 Control Number: 426629-2 Project Expiration Date: April 08,2017 FPAIPubil-c Notice#: NIA information. A. INFORMAL APPEALS:WAD 220.11 O-340 is the rule describing how to request an informal appeal of WDFW actions taken under Chapter 77.55 FICK Please refer to that rule for Complete informal appeal procedures.The fallowing information summarizes that r0e. 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 i a-Inall 10 HPAappkcaVonsQdfw.w%gov;fax to iaOO)902-2946;or hand-delfvery to the Natural kesources;Building, 1111 Washington St BE,Habitat Program, Fifth floor.WDFW must receive your request within 30 days from the date you receive notice of Ilia decision.if you agree,and you applied forthe HPA, resolution of the appeal may be facIltated through an informal conferencewith the VVDFW arrifiloyea 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, Ilia 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:WAG 220-110-350 Is the rule describing how to request a formal appeal of WDFW actions taken under Chapter 77.55 ROW. Please refer to that rule for complete formal appeal piece Jures.The following Information summarizes that rule. A per-son 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 33 days from the date you receive notice of the decision.You may serve WDFW by malt to the Washington Department of Fish and Wildlife HPA Appeals Coordinator,600 Capitol Way North, Olympia,Washington 98501-1091;o-mall to HPAappiloaUons@dM,.wa.gov;fax to (360)902-2946; or hand-delivery to the Natural Resources Building, 1111 Washington St BE, Habitat Program, Fifth fear.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 shell be final and urappealable. ENFORCEMENT: Sergeant Chandler(34) P3 for Director Larry Fisher 425-313-5683 WDFW CC: Page 4 of 4 MAY 25 201 STSI'r- VWA5i IN(IItJi g� 'II, � � OOP 'AMETN C�€- LCC}I ( t. y brf(Fwcpil{e,H��a7lO}'frcrad(t){1lCQtliAi�S 61?eticvrrc,Wl4inGr s �k:a�Rb:G� %Ot7U I 71a t pr Wask7;t�torr ttnl�i y 5c,Vlce a 1?erso,r�i r'i#i��a�aecH�li�=�7�1ljiy csui��11ari'1,�3,fi,S�l.1 may 2�;Af1 Freda Tact City of Dent,Engiraeel aag 226 Ah:A.veize South Legit,WA :95;032 Ae;, City nf`1�ertt T.ncal Parriiit SMA�2Q12=2;APSP�2;120135 R1?P3212Q176 City of;Dent- Ai�provect , Beth Tan, City of T, �ftglircernag r Applicarit Shoialine Ststartial beyeloprrtent Petnrt(Sl?F) 1050 Dear"Beth_ Tau: bn April 30, 2012,the Departineiit of*ology rzoelved ponce that the City of xent approved your application for an SDf'.Your ppn4i is for ea'zgstmetion of additional:earthen berms and road relac atiogis for leyee improvements at foot looatiofrs between SR 516,aud,Soardr 231 `Way. _ .. �'lzese improvements will enable the Gift'to meet FEMA coitification reguu�emerits foz 100-year tlaoii evenfS at these locations.alo�sg the treeia 1trVe•,T1ris rs.part of a larger effort to.olstaiti . l,ElvfA cerof cation&n fho entire Green River levee system iri the City of Kent.FEMA cextzficatioa will rornove areas'behitid the setbaolc levees fr m FERIA good snaps,which will iedttee dovelaprrgezatxestrjo ons and 11EMA Mood uisu;ance zeyuifernents w the.I ent;Valiey._ By law,Iogal.,guvarrimeutsmust review all SDPs for compliance witli: The Shoroliae ivlouemeitt Act(Clraptex 9Q.5$RCW) Ecology's Substantiahcvetopinetit I'er�aui approval oriteria(.Chaptex 173-27--150 WAC) The Keot Loeal'Shoreline Master Program I;gcal governmerfts, after reviei lug SDl's foi eonipliatiee; are egitired to $ulinAt therrg#a Ecology. 'rqqr:approved SDP has bcenreaeivedbyEcology, What Happens Next? Before yorilj&Activities,autliozized by tbis parinit,the law reglikes you wait at least.21 days frori April 30 2012,the"date of filing".This waiting period allover anyone(including you)who disagrees with any aspect of this p6m it,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 autlioiized byikiis permit. . rr,.. Vieth of, 2 taf2 M hat ET.tppezzs l�ex#2 Syr &o yoti l' gnt abtivkles axathorited by this perm t,the law refit nres yot[to wait at least 21 da�,s 3xom the 1b1ay24,200'-die R&te c£tiling" `i us yvarfing peztod allows anyctte znclrxding f yo a)w#ic?,disagrees with any aspect of this exnuf,#o OR p0a3 lho dc gision io the 4ate Sharelzne, j Hearitrgs Board.You must wi#£br the conclusion of M.appeal be£ose),04`can begin the E actiVIAas atxtherlzed by't#tis pel'zfrit, The shorelines Zleaxings SioaTd wilt limifyy you by letter it they receive an appeal.We reoQmm,encl you contact the Shorelines Ill rigs Bparcl before ygu begin peinxit aGt t m�S fie ensure ncx appeal has been recevecln They Gait be xeaclaed at( 6t1) 664.1t160 or IzttgWWWW;eho�va.gpv, if y.2xx want to appeal fllis deolakr�,youcar#fnd appeal ins"Ptim{Ohapter 461-09 WAC)at the gal of eI aes Mar#ngs Bo and website above,`.they-are also lttisteet on the vc elite of the dash ra tan Sfata I eg sle#xue et; fitp;Ela}tl>S.1egmAa gOt?(wac, If you have a4y questions,plume aan#act Baxhaca Nigh#ingtk at(425)640 4�09, E Sincefe#y; Qe-ffTatlenf, Seeman tana e' Sho.�,laatts,Mitt Jnvi°onzstental,4ssistarice l?ragraat co:,EriA Georgo,City of Kc,t Planning 5pfvlces OVEn+ ilnEmli#qfi 1i `: . ,a, S9A'i' [)I WA51-1lNC!'t)F! C}II1k �/!J�" '17�5i,�t.��Y� 171z1/ R7'nitl; lt CPi; ;CI, 1Cy lwktllEs"fof9 `s 1�¢Tfhivc..t(u 1ptp7�EJ((lCG O 17 0 fGi)IlajSrC�S: Ba)dGut+,4!/A ',71fUfJ{, §lfv7 > rt➢�"6�6.��Ppf1 old Sendcu PPer'som with,aspa-11 cosy c,,tl(t]7Z liF3�.'ts4X May 2Ss:2012 Cjty t�f l�eyt,EngSneer;Irsg . �20.4thAveuue8outh I�ez7't WA 98P32 Re City of Kent Local Pcrruit$,MA=201242;12PSP- OIA FM-2120176, Both Tan,.city of XdAt Eiigiiid0hig Appligant Approved Shbreliue Cotiditioiial CTsc Peiiszit 333 ', bear 13et�,'l'atz: On Aptsl 30, 2017,the 17apartsnent of Ecology (Ecology)received the City'of Kcnt's decision on your Shbi eltrie Coed tzon41 usso Permit fax constrtiatioz of additiosaal earthen.bezms and road r6imadoW foi"levee impiovenaei*at four locations_between Sl2 516 and,South 231st VJay. These improvements will et4able the City to meet EEMA Certification requ reimenfs for 100-year flood events at these locatzons along the Green River•This is pa'rtof a larpr effoif to obWi FEMA certi ioation on the eAtirc Q;een River levee SyStetn m the,City afl�611 FEMA oestifzGalioi1 is ercpccteGl t4 k move axeas betyVeen tlsa reen River and the'sa setback leveeo froia 7 E1ViA flood fiiam,`1'fxis Yrtll teduee development restrictions and'VEMA flood.imutance requirements in the resit Vailey By law,Ecology must review, conditional Use Permits for 0oMp)i34gc}with: a Tire Sltoiehne M4nagamont Act{Chapter'90,6811 CW} o Ee91063s CbztditioriO Use Permit approval critesla(Chapter 173--2-7-160 WA.C) a The rent LocalShorelirle;tyfaste't'Program After reviewing CaAdztioiialTJgo Permits,for cotziplianee,F,00lagy must decide whether to apptove, appi'bve with etindifibM,tit disapptpVc thefts, OurDecislon., Ecojpgy apl5rsrves your Conditional Use hermit i'oy yided your project co#iplles with the conditions faquired byt}ie City.of Kent,Pl�+ase anote,howeVe?` "th#tx other fedoral,state and lceal pormits may be reams ed fit addition to this shoreline permit i i � I i E i Beth Tan 14ay 25,2012 2 of 2 The Sho;°eli xes Hearings IDoard will notify you by letetifthey zeceive an appeal.We s"ecomuibnd yc:a contact the Shoi'elxnes lleatings 134* d beio-'e y6 a beginpomit aotivifies to ensure s o 'Weal has b ett ieceived.,they e Atj be rea-4&1 at{360) w-066 of If nit zvw to appeal this decision,you can find ap eaL is nations(Cliaptex 4&l-08 WAC)at the ShoMines Hearil-gsBoard wabsite ab vE, T?xey ar4 a(5p POW-0—the ehs4te tifflre Washzntoii Mate l eg slaittte at;Itt ;ffzaps;le .xvcr.govltivac: Other federal,state and heat permits jiay he fibqn Ifed in addition to this shoreline fsarmft+ Tfyou have Any questions about this letter,please contact BaabataNigh`stigale at(425)64943A � Saneerely, 6 BatbAra l I g tingate,;�egibnal ShoMine Planne Shuiclands ant Environmental Asslstanicie Nogoun cc;Brin George;City of Xent,Planning,Setviees f i ,e _ —___—DEP.4RTMENTOP THE INI'ERIUR p. VS,FISH AND)"WLIPS SEMIC8 E.AUTE70ATPYSTAT{7TE5 • Id USC dd6a ', ti 179F.Pu1L I+ISI'1.AIV D�i'SLd?LtII'LI'Z'�.1t1V1[T RHOULATIONS ' SO CPA2 J3 I,FRURFaIs SO 4TR22,2b CITYOFKENT dbA PUBLIC WORKS ABPARTMUN'T , '.. 400 WGROVB ST . KBNT,WA98032 U.S.A. MD7154DA-7 AMGNDM FNT 4.ASKEWA= $.1,WCOPY- ��/JyI YES YES (--"I NO �'NO FF b.EFFECTIVE 71 HXPiAES 06/27/2014 OB/3I/2tl16 S.NAMEANDTITLE OF PRINCIPAL OFPICM SjOl s bll+!llrS.q) 9.TYPE OF PEIUPIT , TOEY HALLOCK .FAGLF TAKE ASSOCIATED WrrFr BU'rNOT°THE PLWO99 OF AN 'I ENVIRONMENTAL ENUINEER AZlyllrY ' 10.LOCATION iyHERR AUTHDI4'lED ACTIVITYMAYBB CONDUCTED Records Kept at Address to Block 1 Above Physical Work Conducted on dames Street as bescrlbed Below KING COUNTY R.00NO!'LIONS ANPAUTHORIZATI4NS[ •A.OSNSRALCONPITIONS 5RT OUTTN S(tIPARTFOPStlCFR 13,Ary0 SPECIFIC CONDITIONS CONTAINED ENFBDRRALREGULATtON5 Ct1'Ep Hi BLOCK ill AHOY ARE HEREBY MADE A PART OFTHISPI14A1$ALL ACTIYITIESAUTHOIUZEDNEREI14MMT89CARR9LD OUT IN ACCORRIVITIT AM FORTHE-PURPOSES DZSCRIB86 IN THE APPLICATION SUBMITTED CONTINUED VALIDITY,OR RENEWAL,OFTIUS PERAITIS SURPP3TTO COMPLETE AND TDAEELYCOMPLSANCS WITH ALL APPLICABLE CONDITIONS,TNCLUDTNO THE PILTNO OF ALL REcUIRBD INFORMATION AND REPORTS, ' R.THE YALI➢ITY OF THIS PERMIT I5ALSO CONb(31O1v'EDS7pONSTRiCTORSERVANCE OFALtAPPLiCAgL5POR81tlN,STATE;tACAL,TRIiAI OA➢THIIRVEI ffiRULLAW,- C.VALID FOR USEBYPBWTTAENA ARD A80YL.. D. You are authorized to disturb 1 bald eagle nest during the course of the following activities at the corner of Russell Road and James Street In Kent, WA(47.386608,-122.263491);James/Russell Road intersection relocation and•new levee construction In 2014 and 20% Activities will involve: utility relocation,retaining wall construction, grinding and asphalt removal and replacement, levee construction,and landscape planting, Disturbance Authorized: 2014 and 2015 Monitoring Required: 2014,2015, and 2016 E.The authorizations granted by permits issued under this section apply only to take that results from activities conducted in accordance with the description contained in the permit application and the terms of the permit, If the permitted activity changes,you must Immediately contact the service to determine whether a permit amendment Is required In order to retain take authorization, R This permit does not authorize intentional take of live eagle's, eggs or young, G,You must comply with the following avoidance, mfnimizatlon, or other mitigation measures: 'I, If the eagles are aggressively swooping at or attacking individuals on the ground, the work will be adjusto4 to ® AD➢ITIONAL CONDITIONS AND AUTHORIaTIONE ALSO APPLY ' 2,FEPORT/NO RIQUiREMSNT9 ANNUAL UPORTDUF,,09130 tsSIIEDBY Treia DATE CFtiEP,[vIIGRATORYBIRDPERMITOFFICE-REOION1 06/27/2014 Ft1dimize the,disturbanoe causing this agitation, No hazing of eagles will occur during construction or is authorized by pernxtf, es removed for the installation of the second levee(levee satback)will be replaced(within 650 feet of no nest) will eventually provide visual screening between the nest and the ao6vrttes on the opposite side of the levee.' ertflizers,herbicides or over chemicals ant€ll Be applied to the res#o;sd vecetetion because of aloes proximity to iater and potential for Introduction info this freshwater system, thatvfll occur witlaln 660 feet of the nestduring r esting season, betwean January 1 and August is,will not mence before 8:00 a.m. to minimize disturbance to the early morning feeding activity, ersonnel will be Informed of the bald eagle nest location,and Instructed to Essentially ignore the bl,4dactivities;agles are mare likely to react and be dlsturbodif they are being watched, ollow stare and f ems i guldellrtas laws and 1 hel instructions If usli a pesticides,herblcld",or offier clismIcals. 1.You remain responsible for all outstanding monitoring requirements and mitigallon measures required under the terms of the permit for'take that o6ours prior to cancellation,expiration suspension,or revocenlon of the Permit, J. You are required to monitor eagle use of Important eagle-us"a areas where eagles are Ilkely,to be affected by your activit es untli one year after the expiration of the permit during the season(s)whe;i eagles would normally be present, to the Me where the take is nicely to occur;and noting whether eagles continue to nest, roost,or forage there, Monitoring must consist of" 1)Monthly observations of the nest and other ecrN #ies by a qualified biologlstbetween January 1 and August 15 in 2014, 2015,and 20IR I l 2)if eagles are observed at the beginning of nesting season, perform monthlypresenoefabsetrca obsswations for 4 hours or uniil an observation Is macro, If a"present'observation Is made In less than 4 hours,the observation obligation Is complete observing biologist may leave and return the following month.T he nest must be observed for 4 consecutive hours before an "absence"determination can be glade. The purpose of these monthly observations Is presence/absence and for us to make a determination whether take has oecurred frog#the oonstruetlon(road relocation project.. 3)if eagles are not observed during 4 hour observations in January, February; March, or April,then only check the best one more time for 4 hours between June and August to confirm that there Is not late nesting activity and that there are no eaglets in the nest or adults feeding young. I�I 4)observations are to be conducted during times when it Is most likely to observe behavior,such as early mornings, 3 maintain a distance far enough away to avoid disturbance,but close enough to observe nest and eagle activity, K, You roust submit an annual report summarizing the information you obtained through monitoring to the service for 2014; 2015, and 2016 to the Issuing permit office. Form 3-202-13(Eagte Pion-purposeful Take Report)can be found online at wwwtuvspaviforn1s13-202-15.pdf, L.You must immediately notify the migratory bird permit Issuing office at PermAaR11MB@fws,gcv regarding any apparont Injury or death occurring to any eagle, including viable eggs, during project activities.You must Immediately transport any Injured eagle to time nearest Federally permitted eagle rehabiiltaton � Ivi, You must contact the migratory bird issuing office immediately,upon discovery of any unanticipated take. N, While ilia permit Is valid and for up to 3 years after it expires,you must allow service personnel,or other qualified,persons designated by the service,access to the areas where eagles are likely to be affected,at any reasonable hour, and wkh reasonable notice from the service,for purposes of monitoring eagles at the slts(s), 0.You may delegate the authority granted in this permit to the following subpermittee(a):Matt Knox(City of Kent biologist); any City of Kent staff or employee under his direct supervislon,or otherwise qualified,designated biologist. Any subpermittee who has been delegated this authority may not re-delegate to another Individual/business. R Subpermittees must be at least 18 years of age. You are responsible for ensuring thatyour subaermllfees are qualified to perform the work and adhere to the,terms of your permit.You are also responsible for maintaining current records of designated subpermittees. As the permittee,you are ultlmately legally responsible for compflanoe wltn the terms and r i conditions of this permit and that responsibility may not be delegated, Q, You and any subpermittees must carry a legible copy of this permit and display it upon request whenever exercising Its authority, R,All of the provisions and conditions of the governing regulations at 50 CFR 13 and 50 CFR 22,26 are conditions of your permit, Failure to comply with the conditions of your permit could be cause for suspension of the permit and/or citation. For copiers of the regulatons,visit;www.fws,gav/permlts/mb ermlts/6lydbastos,hfm, 8.This permit does not authorize you to conduct Activities on Federal, State, Tribal, or other public or private property other than your own without additional prior written permits or permission from the agency/landowner, T.You must maintaln records as required In 50 CFR 13,46,All records relating to the permitted activities must be kept at the location indicated In writing by you to the migratory bird permit Issuing office. U.Acceptance of this permit authorizes the 1-1,8. Fish and Wildlife Service to Inspect and audit or copy any permits, books or records required to be kept by the Permit and governing regulations(60 CFR 43,46), V, Permittees and subpermittees operating under this permit may not take or,disturb eagles contrary to the laws or regulations of any State,Tribal, or Municipal government, and none of the privileges of this authorization era valid unless the permmttea possesses the appropriate State permits,or other authorizations, if required. W, The U.S, Fish and Wildlife Service Is not liable for any damage or Injury to person,wildlife, or property that Occurs as the result of carrying out the activities associated with this permit. 3 i I l i i 'I RECEIVED ks�ECE P v D A? rp „pry q { DEPAM1 ENT OP LCOLOGi .§vi i ei wiSi3 l� ,f' I j piJ VOX a750ld<Dlja yats,WA 9804.7600 ,.360-467 WO ni For w&6N8tawj ma),S&VICR vita)a spy ec p drs"blipty cgfk coil47�-H3'4,U'41 19 May 7,2012 ii .. t Paul Kifoline City ofNcnt 220 O Avenate Soutar Kent,WA 98032 1tTs' Coverage under the Constraction Stormwater General Permit i Permit number, WAR 12572d' Site Name. SR516 to S,231'Way Levee Improvements Location. SR 516 north to S.231ae Way-Green Iiiyer fight I3asrlt Kant,WA Disturbed.Acres: 2.5 y � I?ear Mr.l�:ualrna E -,he oil StaWDepartmantofEcolo (Ecology)reccivcdyourNaticsa£lnlentforcoverage under Bcolok/.a Constr'aotion Stermwater General Parnrit(permit), This is yo it permit coverage f letter. Your pe 7ralt coverage Is offeetwe on May 7,2012, Pieuse retain Ibis permit coverage letter -with your permit(enclosed))stormlvater pollution preYentirtr<plan(S WPPP),and site ing book, . . .. These materials are the official record of permit coverage£dr your site Please talcetime ta'read the entlrepennit,and oontacacclogy if you have airy Tiestions. AppealProcess i You have a.right to appeal coinage under the general permit to the Pollution Control Hearing Board k (PCHB)within 30 days o£the date of receipt of this letter. This appeal is limited to fie general � pazinit's applicability or non-applicability to a sgcouce discharger. The appeal process is governed by ohapwr 43.21B RGW ead eliapt€+r 371-t18 VAC. `mate of rocaip!„Is defined;n RGW 43.21)3,001(2), f i t I I I I i Paul Kuehn May 7,2012 Page 2 To appeal,,you must do the following within 30 days of the date of receipt ofthis letter; Pile youx appeal and a copy ofthe pounit coverpage with the PCHB (see addresses below), Piling means actual receipt by tho PCHB during regularbusinoss hours, Serve a copy of your appeal and the permit cover page on Ecology in paper form- by mail or in parson(sac addresses below), E-mail is not accepted, III You must also comply with other applicable requirements in chapter 43,21B RCW and chapter 371- 08 WAC. j Address and Location Tuformation, Street Addresses[ Mailing Addresses; Department of Ecology Department ofEcology ! Attn:Appeals Processing Desk' Aim:Appeals Processing Desk 300 Desmond Drive SE PO Box 47609 Lacey,WA 99503 Olympla,WA 98504-7608 Pollution Control hearings Board(PCEB) Polhttioa Control hearings Board 1111 Israel Road SW,Suite 301 POBox40903 Tumwatar,WA 98501 Olympia,WA 98504-0903 Electronic Discharge Monitoring Reports(WA4 &DMIt) This permitrequires thatpernvttees sahmitmonthly discharge monitoring reports(DMRs)electronically using Ecology's secure online system,WA Web)-)MR, To sign up for WAWoJA)W go tct: .;; wwwlccywa.gov/prograrts(wq/permits/pans/Webiliur.html, If you have questions,oon#actTonyaWolfe, . at(360)407-7097(iomliy),or(800)633-61 option 3,nr oral] A WalzDlVlit@acywa gov,.. cologyI'leldhiapecforAssistanee If you have quostions regarding staimwatorintnagement at your construction site,please contact, i Kta Waldo at(425)649-7279,or ken.waido@ecy,wa.gov;or,for Linear Transportatignprojeats WSDO'T'and local govemratma,Cynthia Waluker at(425)649.7276, or cynthia.waloke,r@eoy.wa.gov;both of Ecology's Northwest Regional Offioc in Bellevue. Questions or Additional Information ` Ecology is committed to providing assistanco. Please review our webpage at; www,eoy.Fva,gov/programs/wq/stoimwater/construction/. If you have questions about the construction stormwater general permit,please contact Clay Keown at(360)407-6048,or olay,keown@coy,wa.gov, Program Dovelopment Services,Seotion Manager Water Quality Program Enclosure j i i I PREVA I L I NG WAGE RATES SR 516—S 231"Way Levee Improv./Hallock A - 7 May 22, 2015 Project Number: 09-3006,2 ',. Page 1 of 17 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: 5/20/2015 Countv Trade Job Classification Wage HolidaY Overtime Note'; King Asbestos Abatement Workers Journey Level $42.67 5D 1 H King Boilermakers Journey Level $64.29 5N 1C King Brick Mason Brick And Block Finisher $44.46 5A 1M King Brick Mason Journey Level $51.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $51.32 5A 1M 'King Building Service Employees Janitor $21.29 5S 2F King Building Service Employees Traveling Waxer/Shampooer $21.70 5S 2F King Building Service Employees Window Cleaner (Non- $24.94 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $25.80 5S 2F King Cabinet Makers (in Shop) Journey Level $22.74 1 ,King Carpenters Acoustical Worker $52.321 5D 1 4C King Carpenters Bridge, Dock And Wharf $52.32 5D 4C Carpenters King Carpenters Carpenter $52.32 5D 4C King Carpenters Carpenters on Stationary Tools $52.45 51) 4C :King Carpenters Creosoted Material $52.42 5D 4C King Carpenters Floor Finisher $52.32 5D 4C King Carpenters Floor Layer $52.32 51) 4C King Carpenters Scaffold Erector $52.32 5D 4C King Cement Masons Journey Level $52.38 7A 1M King Divers a Tenders Diver $105.37 5D 4C 8A King Divers a Tenders Diver On Standby $59.50 5D 4C King Divers a Tenders Diver Tender $54.82 5D 4C King Divers a Tenders Surface Rcv a Rov Operator $54.82 5D 4C King Divers a Tenders Surface Rcv a Rov Operator $51.07 5A 4C Tender King Dredge Workers Assistant Engineer $54.75 5D 3F King Dredge Workers Assistant Mate (Deckhand). $54.33 5D 3F King Dredge Workers Boatmen $54.75 5D 3F h FF..... 114:— /L.i/...-.....I....1—.—/..—An!-.....1....1. ... Page 2 of 17 King Dredge Workers Engineer Welder $55.79 5D 3F King Dredge Workers Leverman, Hydraulic $56.92 5D 3F King Dredge Workers Mates $54.75 5D 3F ge Worke King Dred rs Oiler $54.33 5D 3F King DrywailAoplicator Journey Level $52.32 5D 1H King _DrywalL Taaers Journey Level $52.37 5P 1E King Electrical Fixture Maintenance Journey Level $26.59 5L 1E _ Workers King Electricians - Inside Cable Splicer $66.761 7C 4E King Electricians - Inside Cable Splicer (tunnel) $71.67 7C 4E King Electricians - Inside Certified Welder $64.54 7C 4E King Electricians - Inside Certified Welder (tunnel) $69.22 7C 4E King Electricians - Inside Construction Stock Person $37.19 7C 4E King Electricians - Inside Journey Level $62.30 7C 4E King Electricians - Inside Journey Level (tunnel) $66.76 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $69.95 5A 4D Construction King Electricians - Powerline Certified Line Welder $63.97 5A 4D Construction King Electricians - Powerline Groundperson $43.62 5A 4D Construction King Electricians - Powerline Heavy Line Equipment $63.97 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $63.97 5A 4D Construction King Electricians - Powerline Line Equipment Operator $53.81 5A 4D Construction King Electricians - Powerline Pole Sprayer $63.97 5A 4D Construction King Electricians - Powerline Powderperson $47.55 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $82.67 7D 4A King Elevator Constructors Mechanic In Charge $89.40 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $15.90 5B 1R Products Work Only King Fence Erectors Fence Erector $15.18 1 King Ftaggers Journey Level $36.17 7A 31 King Glaziers Journey Level $54.911 7L 1y King Heat l} Frost Insulators And Journeyman $61.18 5J 15 Asbestos Workers King Heating Equipment Mechanics Journey Level $70.37 7F 1 E King Hod Carriers Pc Mason Tenders Journey Level $44.00 7A 31 King Industrial Power Vacuum Journey Level $9.47 1 (Cleaner ;King Inland Boatmen Boat Operator $54.571 SB 1K httos://fortress.wa.aov/lni/waaelookui)/orvWaaelookuo.asox 5/20/2015 Page 3 of 17 King Inland Boatmen Cook $50.95 5B 1K King Inland Boatmen Deckhand $51.19 5B 1K ,King Inland Boatmen Deckhand Engineer $52.18 5B 1K King Inland Boatmen Launch Operator $53.40 5B 1K King Inland Boatmen Mate $53.40 5B 1K King inspection/Cleaning/Seating Cleaner Operator, Foamer $31.49 1 Of Sewer ii Water Systems By Operator Remote Control !King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer £t Water Svstems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer is Water Systems By Remote Control King Insulation Applicators Journey Level $52.32 5D 4C King Ironworkers Journeyman $61.62 7N 10 King Laborers Air, Gas Or Electric Vibrating $42.67 7A 31 Screed King Laborers Airtrac Drill Operator $44.00 7A 31 King Laborers Ballast Regular Machine $42.67 7A 31 King Laborers Batch Weighman $36.171 7A 31 King Laborers Brick Pavers $42.67 7A 31 King Laborers Brush Cutter $42.67 7A 31 King Laborers Brush Hog Feeder $42.67 7A 31 King Laborers Burner $42.67 7A 31 King Laborers Caisson Worker $44.00 7A 31 King Laborers Carpenter Tender $42.67 7A 31 King Laborers Caulker $42.67 7A 31 King Laborers Cement Dumper-paving $43.46 7A 31 King Laborers Cement Finisher Tender $42.67 7A 31 King Laborers Change House Or Dry Shack $42.67 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $42.67 7A 31 King Laborers Chipping Gun(30 Lbs. And $43.46 7A 31 Over) :King Laborers Choker Setter $42.67 7A 31 King Laborers Chuck Tender $42.67 7A 31 King Laborers Clary Power Spreader $43.46 7A 31 lKing Laborers Clean-up Laborer $42.67 7A 31 King Laborers Concrete Dumper/chute $43.46 7A 31 Operator King Laborers Concrete Form Stripper $42.671 7A 31 King Laborers Concrete Placement Crew 1 $43.46 7A 31 Page 4 of 17 King Laborers Concrete Saw Operator/core $43.46 7A 1 31 Driller King Laborers Crusher Feeder $36.17 7A 31 King Laborers Curing Laborer $42.67 7A 31 King Laborers Demolition: Wrecking @ $42.67 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $42.67 7A 31 King Laborers Diver $44.00 7A 31 King Laborers Drill Operator $43.46 7A 31 (hydrau tic,diamond) King Laborers Dry Stack Walls $42.67 7A 31 _ King Laborers Dump Person $42.67 7A 31 King Laborers Epoxy Technician $42.67 7A 31 King Laborers Erosion Control Worker $42.67 7A 31 King Laborers Faller 8 Bucker Chain Saw $43.46 7A 31 King Laborers Fine Graders $42.67 7A 31 King Laborers Firewatch $36.17 7A 31 King Laborers Form Setter $42.67 7A 31 King Laborers Gabian Basket Builders $42.67 7A 31 King Laborers General Laborer $42.67 7A 31 King Laborers Grade Checker 8 Transit $44.00 7A 31 Person King Laborers Grinders $42.67 7A 31 "King Laborers Grout Machine Tender $42.671 7A 31 King Laborers Groutmen (pressure)including $43.46 7A 31 Post Tension Beams King Laborers Guardrail Erector $42.67 7A 31 King Laborers Hazardous Waste Worker $44.00 7A 31 (level A) King Laborers Hazardous Waste Worker $43.46 7A 31 (level B) King Laborers Hazardous Waste Worker $42.67 7A 31 (level C) ;King Laborers High Scaler $44.00 7A 31 King Laborers Jackhammer $43.46 7A 31 King Laborers Laserbeam Operator $43.46 7A 31 King Laborers Maintenance Person $42.67 7A 31 King Laborers Manhole Builder-mudman $43.46 7A 31 King La or rs Material Yard Person $42.67 7A 31 King !La orers Motorman-dinky Locomotive $43.46 7A 31 King Laborers Nozzleman (concrete Pump, $43.46 7A 31 Green Cutter When Using Combination Of High Pressure Air £t Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla King iLaborers IPavement Breaker $43.46 7A 31 httns!//fnrtress.wa.nnv/Ini/wanelnnkun/nrvWaaelnnkun.asnx S/7fl/?ni c; Page 5 of 17 King Laborers Pilot Car $36.17 7A 31 King Laborers Pipe Layer Lead $44.00 7A 31 King Laborers Pipe Layer/tailor $43.46 7A 31 King Laborers Pipe Pot Tender $43.46 7A 31 King Laborers Pipe Reliner $43.46 7A 31 King Laborers Pipe Wrapper $43.46 7A 31 1 King Laborers Pot Tender $42.67 7A 31 King Laborers Powderman $44,00 7A 31 King Laborers Powderman's Helper $42.67 7A 31 King Laborers Power Jacks $43.46 7A 31 '..King Laborers Railroad Spike Puller - Power $43.46 7A 31 King Laborers Raker - Asphalt $44.00 7A 31 King Laborers Re-timberman $44.00 7A 31 King Laborers Remote Equipment Operator $43.46 7A 31 King Laborers Rigger/signatPerson $43.46 7A 31 :King Laborers Rip Rap Person $42.67 7A 31 King Laborers Rivet Buster $43.46 7A 31 King Laborers Rodder $43.46 7A 31 King igborers Scaffold Erector $42.67 7A 31 King Laborers Scale Person $42.67 7A 31 King Laborers Sloper (over 20") $43.46 7A 31 King Laborers Sloper Sprayer $42.67 7A 31 ;King Laborers Spreader (concrete) $43.46 7A 31 King Laborers Stake Hopper $42.67 7A 31 King Laborers Stock Piler $42.67 7A 31 King Laborers Tamper Et Similar Electric, Air $43.46 7A 31 & Gas Operated Tools King La Lorer Tamper (multiple Ex Self- $43.46 7A 31 propelled) King Laborers Timber Person - Sewer $43.46 7A 31 (tagger, Shorer It Cribber) King Laborers Toolroom Person (at Jobsite) $42.67 7A 31 King Laborers Topper $42.67 7A 31 King Laborers Track Laborer $42.67 7A 31 King Laborers Track Liner (power) $43.46 7A 31 King Laborers Traffic Control Laborer $38.68 7A 31 8R King Laborers Traffic Control Supervisor $38.68 7A 31 8R King Laborers Truck Spotter $42.67 7A 31 King Laborers Tugger Operator $43.46 7A 31 King Laborers Tunnel Work-Compressed Air $64.99 7A 31 8S Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $70.02 7A 31 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $73.70 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $79.40 7A 31 Worker 54.01-60.00 psi L.!-�...-.. //F.. 4.-.-..-. ....../L.iA.,-.....L...L .../..r..tn/ r inn/nnir 'I Page 6 of 17 King Laborers Tunnel Work-Compressed Air $81.52 7A 31 88 'I Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $86.62 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $88.52 7A 31 84 Worker 68.01-70.00 psi King ,Laborers Tunnel Work-Compressed Air $90.52 7A 31 Worker 70.01-72.00 psi 'King (Laborers Tunnel Work-Compressed Air $92.52 7A 31 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $44.10 7A 31 Tender King Laborers Tunnel Work-Miner $44.10 7A 31 8�C King Laborers _ Vibrator $43.46 7A 31 King _:Laborers Vinyl Seamer $42.671 7A 31 King ;Laborers Watchman $32.87 7A 31 King Laborers Welder $43.46 7A 31 King ;Laborers Well Point Laborer $43.46 7A 31 i King ILaborers Window Washer/cleaner $32.87 7A 31 King Laborers - Underground Sewer General Laborer & Topman $42.67 7A 31 Ft Water King Laborers - Underground Sewer Pipe Layer $43.46 7A 31 £t 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 $52.32 5D 1H King Marble Setters Journey Level $51.32 5A 1M King Metal Fabrication (In Shop) Fitter $15.861 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Mitlwrlght Journey Level $53.42 5D 4C King Modular BuAdims Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.561 1 King Modular Buildings Plumber $11.56F 1 King Modular Buildings Production Worker $9.47 1 9King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $37.80 6Z 2B King Pile Driver lJourney Level $52.57 5D 4C King Plasterers lJourney Level $50.421 7Q 1R httos://fortress.wa.ciov/lni/waaelookuD/DrvWaaelooku[).asr)x 5/20/2015 Page 7 of 17 King Playground $ Park Equment Journey Level $9.47 1 Installers King Plumbers Ft Pipefitters Journey Level $74.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $55.24 7A 3C 8P King Power Equipment Operators Assistant Engineer $51.97 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $54.75 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $54.75 7A 3C 8P Concrete King Power Equipment Operators Bobcat $51.97 7A 3C 8P '. ,King Power Equipment Operators Brokk - Remote Demolition $51.97 7A 3C 8P Equipment King Power Equipment Operators Brooms $51.97 7A 3C 8P 'King Power Equipment 0 erp ators Bump Cutter $54.75 7A 3C 8P King Power Equipment Operators Cableways $55.24 7A 3C 2P King Power Equipment Operators Chipper $54.75 7A 3C 8P King Power Equipment Operators Compressor $51.97 7A 3C 8P l King Power Equipment 0 erp ators Concrete Pump: Truck Mount $55.24 ZA 3C 8P ! With Boom Attachment Over 42 M King Power Eauipment Operators Concrete Finish Machine -laser $51.97 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $54.33 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. PKing Power Equipment Operators Concrete Pump: Truck Mount $54.75 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $54.33 7A 3C 8P IKing Power Equipment Operators Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P Under King Power Equipment Operators Cranes: Friction 100 Tons $56.36 7A 3C 8P Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $56.92 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons or 300' $56.92 7A 3C 8P Of Boom (including Jib With Attachments) King Power Equipment Operators $54.33 7A 3C 8P '? L.a,4... !/F.....N......... ..... ....../L..: /........-.1- -.I...,.. /.......Ail---I_11..... -........ CInn InniC Page 8 of 17 Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $54.75 7A 3C 8P King Power Eouipment Operators Deck Engineer/deck Winches $54.75 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $55.24 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $54.33 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $54.75 7A 3C 8P King (Power Equipment Operators Elevator And Man-lift: $51.97 7A 3C 8P Permanent And Shaft Type King Power E ui ment O erators Finishing Machine, Bidwell $54.75 7A 3C 8P And Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $54.33 7A 3C 8P With Attachments lKing Power Equipment Operators Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P With Attachments 'King Power Equipment Operators Grade Engineer: Using Blue $54.75 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $51.97 7A 3C 8P King Power Equipment Operators Guardrail Punch $54.75 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $55.24 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $54.75 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $54.33 7A 3C 8P Locator King Power Eg—uipment Operators Horizontal/directional Drill $54.75 7A 3C BP Operator King Power Equipment Operators Hydralifts/boom Trucks Over $54.33 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $51.97 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $55.79 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $55.24 7A 3C 8P But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $54.75 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $54.75 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $54.33 7A 3C 8P King Power Equipment Operators Locomotives, All $54.75 7A 3C 8P King Power Equipment Operators Material Transfer Device $54.75 7A 3C SP King Power Equipment Operators $55.79 7A 3C 8P `•' httos://fortress.wa.00v/Ini/waoelookUD/DrvWaaeIookuD.asox 5/20/2015 Page 9 of 17 Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Grader - Non- $54.33 7A 3C 8P finishing King Power Equipment Operators Motor Patrol Graders, $55.24 7A 3C 8P Finishing King Power Equipment Operators Mucking Machine, Mote, $55.24 7A 3C 8P Tunnel Drill, Boring, Road _ Header And/or Shield King Power Equipment Operator s Oil Distributors, Blower $51.97 7A 3C 8P Distribution Ft Mulch Seeding Operator King Power EquiDment Operators Outside Hoists (elevators And $54.33 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $54.75 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $55.79 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $55.24 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $51.97 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $54.75 7A 3C 8P Mount) ;King Power Equipment Operators Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P King Power Eqment Operators Posthole Digger, Mechanical $51.97 7A 3C 8P King Power Equipment Operators Power Plant $51.97 7A 3C 8P King Power Equipment Operators Pumps - Water $51.97 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $51.97 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $55.24 7A 3C 8P Rubber Tired Earth Moving Equipment .King Power Equipment Operators Rigger And BeRman $51.97 7A 3C 8P 'King Power Equipment Operators RoRagon $55.24 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $51.97 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $54.75 7A 3C 8P i King Power Equipment Operators Saws - Concrete $54.33 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $54.75 7A 3C 8P ++4 45 Yards King Power Equipment Operators Scrapers - Concrete It Carry $54.33 7A 3C 8P All King Power Equipment 0 erp ators Scrapers, Self-propelled: 45 $55.24 7A 3C 8P Yards And Over 'King Power Equipment Operators Service Engineers - Equipment $54.33 7A 3C 8P r King Power Equipment Operators Shotcrete/gunite Equipment $51.97 7A 3C 8P Page 10 of 17 King Power Equipment Operators Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons _ King Power Equipment 0 erp ators Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Tractors: 15 To 30 Metric Tons King Pow�ent Operators Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $55.24 7A 3C 8P 4 King Power Equipment Operators Spreader, Topsider Et $55.24 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $54.75 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $54.33 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in $56.36 7A 3C 8P Height, Base To Boom King Power Equipment Operators Tower Crane Up To 175' In $55.79 7A 3C 8P Height Base To Boom King Power Equ pment Operators Transporters, All Track Or $55.24 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $54.33 7A 3C 8P Ji King Power Equipment Operators Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $54.33 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $54.75 7A 3C 8P Conveyor King Power Equipment operators Welder $55.24 7A 3C 8P `I King Power Equipment Operators Wheel Tractors, Farmall Type $51.97 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $54.75 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $55.24 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Assistant Engineer $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $54.75 7A 3C 8P tr. Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $54.75 7A 3C 8P Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $51.97 7A 3C 8P l! Underground Sewer Et Water King Power Eouipment Operators- Brokk - Remote Demolition $51.97 7A 3C 8P Under round Sewer &Water Equipment King Power Equipment Operators- Brooms $51.97 7A 3C 8P Underground Sewer Et Water King Power E uioment Operators- jBump Cutter $54.75 7A 3C 8P Underground Sewer Et Water httns://fortress-wa.nnv/lni/wanplonkiin/r)rvWanelnnktin_asnx rw9n ni S Page 11 of 17 King Power Equipment Operators- Cableways $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $54.75 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Compressor $51.97 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Concrete Pump: Truck Mount $55.24 7A 3C 8P Underground Sewer a Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $51.97 7A 3C 8P ! Underground Sewer a Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $54.33 7A 3C 8P Underground Sewer a Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $54.75 7A 3C 8P Underground Sewer & Water With Boom Attachment Up To 42 m 'King Power Equipment Operators- Conveyors $54.33 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Underground Sewer a Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Underground Sewer a Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Underground Sewer a Water Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Underground Sewer a Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P Underground Sewer & Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $56.36 7A 3C 8P Underground Sewer & Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P > Underground Sewer a Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $56.92 7A 3C 2P Underground Sewer & Water Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $54.33 7A 3C 8P Underground Sewer a Water Attachments A-frame Over 10 Tons ,King Power Equipment Operators- Crusher $54.75 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Deck Engineer/deck Winches $54.75 7A 3C 8P 1 Underground Sewer a Water (power) King Power Equipment Operators- Derricks, On Building Work $55.24 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Dozers D-9 & Under $54.33 7A 3C 8P Underground Sewer a Water Page 17Of 17 King Power EquiRment Operators� Dritt Oilers: Auger Type, Truck $54.33 7A 3C 8 P J_Underground Sewer 1, Water Or Crane Mount ground Sewer a Water Underpfround Sewer Et Water Permanent And Shaft Type King Finishing Machine, Bidwell $54. 3C 8P Equipment UndergrQund5ewer a Water With Attachments King Power E ipment 0 erators- Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P Underground Sewer a Water With Attachments King Pow��� Grade Engineer: Using Blue 54.75 7A 3C 8P Underg!round Sewer Et Water Prints, Cut Sheets, Etc Underqround Sewer F± Water King Power_Equipment Operators- Guardrail Punch $54.75 7A 3C 8P King Pow��� Hard Tail End Dump $55.24 7A 3C 8P L!!Iderg,round Sewer a Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tait End Dump $54.75 7A 3C 8P Unde��� Articulating Off-road Equipment Under 45 Yards UnderQround Sewer Et Water Locator King Power Equipment Operators- Horizontat/directionaL Drill $54.75 7A 3C 8P Unde��� Operator Underground Sew r 8: Water 10 Tons King Power Eguipment Operators- Hydratifts/boom Trucks, 10 $51.97 7A 3C 8P Underground Sewer 8: Water Tons And Under King Power Equipment Operators-, Loader, Overhead 8 Yards. Et $55.79 7A 3C 8P Underground Sewer a Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $55.24 7A 3C 8P Underground Sewer a Water But Not Including 8 Yards King Power Eau pment Operators- Loaders, Overhead Under 6 $54.75 7A 3C 8P �Underaround Sewer a Water Yards King Power Equipment Operators- Loaders, Plant Feed $54.75 7A 3C 8P Underground Sewer a: Water King Power Equipment Operators- Loaders: Elevating Type Bett $54.33 7A 3C 8P Underaround Sewer 8: Water King Power Equipment Operators- Locomotives, All $54.75 7A 3C 8P �Underqround Sewer Et Water King Material Transfer Device $54.75 7A Kc 8P King Power Eguipment Operators- Mechanics, All (teadmen - $55.79 7A 3C 8P Ulder&Lround Sewer a Water $0.50 Per Hour Over King Power Equipment Operators- Motor Patrol Grader - Non- $54.33 7A 3C 8P Underground Sewer ft Water finishing htfnc-//fnrfnPqq mx;nov/|ni/xoane|nnL-/m/nrvVVnnp|nnk/m ;;nnx L;/70/701c; Page 13 of 17 King Power Equipment Operators- Motor Patrol Graders, $55.24 7A 3C 8P Underground Sewer Et Water Finishing King Power Equipment Operators- Mucking Machine, Mole, $55.24 7A 3C 8P Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $51.97 7A 3C 8P Underground Sewer 8 Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $54.33 7A 3C 8P Underground Sewer& Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $54.75 7A 3C 8P Underground Sewer a Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $55.79 7A 3C 8P i Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $55.24 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $51.97 7A 3C BP s Underground Sewer 8: Water King Power Equipment Operators- Pile Driver (other Than Crane $54.75 7A 3C 8P Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P Underground Sewer a Water 'King Power Equipment Operators- Posthole Digger, Mechanical $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $51.97 7A 3C 8P Underground Sewer Et Water i King Power Equipment Operators- Pumps - Water $51.97 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $51.97 7A 3C 8P '•i Underground Sewer Et Water 100 Feet In Height Based To Boom King Power E ui ment Operators- Remote Control Operator On $55.24 7A 3C 8P ' Underground Sewer & Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And BeRman $51.97 7A 3C 8P Underground Sewer B Water King Power Equipment Operators- Rollagon $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $54.75 7A 3C 8P Underground Sewer Et Water ,King Power Equipment Operators- Saws - Concrete $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $54.75 7A 3C 8P Underground Sewer Et Water 45 Yards King $54.33 7A 3C 8P I Page 14Of 17 PoweqLKE��� Scrapers - Concrete Et Carry Underground Sewer a Water All King Power Eaujornent Ocierators- Service Engineers - Equipment $54.33 7A 3C 8P Uadgrground Sewer ft Water !J�rround Sewer [t Water Tractors Under 15 Metric King Power Equipment-Operatqrs- Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons UnderRround Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Underground Sewer a Water Over 50 Metric Tons To 90 Metric Tons Underground Sewer-a-Vater Over 90 Metric Tons Underground Sewer Et Water King !Power Equipment Operators- Spreader, Topsider Et $55.24 7A 3C 8P [Underground Sewer Et Water Screedman King Power Egui2ment Operators- Subgrader Trimmer $54.75 7A 3C 8P Underground Sewer a: Water King Power Equipment Operators- Tower Bucket Elevators $54.33 7A X 8P Unkrground Sewer Et Water King Tower Crane Over 175'in $56.36 7A C Underground Sewer & Water Height, Base To Boom King Power EauiDment Ooerators- Tower Crane Up To 175' In $55.79 7A 3C 8 Underground Sewer Et Water Height Base To Boom King Pow�E uipment Operators- Transporters, All Track Or $55.24 7A 3C 8P Underground Sewer Et Water Truck Type King Power Eguipment Operators- Trenching Machines $54.33 7A 3C 813 !Underi�round Sewer Et Water King 'iPower Eguipment Operators- Truck Crane Oiler/driver - 100 $54.75 7A X 8P Underground Sewer Ft Water Tons And Over King !Power Equipment Operators- Truck Crane Oiler/driver $54.33 7A 3C 8P I ground Sewer Et Water Under 100 Tons King !Power Equipment Operators- Truck Mount Portable $54.75 7A 3C 813 Underuround Sewer a: Water Conveyor King Power Equipment Operators- Yo Yo Pay Dozer $54.75 7A 3C 8P King Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers hitn-;-//fndrevr,_xvA nov/|ni/m/AnP|onk/m/nrvVV,;nP|nnk/ m annv E;/70/701E; Page 15 of 17 i King Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers `King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers King Refrigeration a Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $51.32 5A 1M =-King Residential Carpenters Journey Level $28.20 1 'King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $40.14 5D 4C Applicators King Residential Drywall Tapers Journey Level $52.37 5P 1E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $37.30 71. 1H King Residential insulation Journey Level $26.28 1 Applicators King ResidentiatLaborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.461 1 King Residential Plumbers a Journey Level $34.69 1 PIP-efitters King Residential Refrigeration Ft Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $42.58 7F 1 R Workers King Residential Soft Floor Layers Journey Level $42.41 5A 3D King Residential Sprinkler Fitters Journey Level $42.48 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $51.32 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 $25.17 1 King Roofers Journey Level $45.71 5A 3H =King Roofers Using Irritable Bituminous $48.71 5A 3H Materials !King Sheet Metal Workers Journey Level (Field or Shop) $70.37 7F 1E King Shipbuilding a Ship Repair Boilermaker $39.82 7M 1H King Shipbuilding a Ship Repair Carpenter $39.24 7T 2B King Shipbuilding a Ship Repair Electrician $40.16 7T 4B King Shipbuilding a Shio Repair Heat a Frost Insulator $61.18 5J 1S King Shipbuilding a Ship Repair Laborer $40.19 7T 4B King Shipbuilding a Ship Repair Machinist $40.18 7T 4B King Shipbuilding a Ship Repair 10perator $40.111 7T 4B Page 16 of 17 :King Shipbuitdu g a 5h� R�air Painter $40.16 7T 4B King Shipbuildine a Ship Repair Pipefitter $40.11 7T 4B King Shi buitdin a Shi Re air Rigger $4D.19 7T 4B King ,Shipbuilding Ft Ship-Repair Sheet Metal $40.14 7T 4B King Shipbuilding a Ship Repair Shipfitter $40.19 7T 4B King Sh Trucker $40.03 7T 4B King Shipbuilding a Ship Repair Warehouse $40.08 7T 4B King Shipbuilding a Ship Repair Welder/Burner $40.19 7T 4B King SiRn Makers a Installers Sign Installer $22.92 1 (EEectric� King Sign Makers a Installers Sign Maker $21.36 1 fgectricai) King Sign Makers a Installers (Non- Sign Installer $27.28 1 Electrical King $ign Makers 8L Installers (Non- Sign Maker $33.25 1 Eloctrica( King Soft Floor Lavers Journey Level $42.41 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69.74 5C 1x Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural} King Stone Masons Journey Level $51.32 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers (King Surveyors Assistant Construction Site $54.33 7A 3C 813 •.' Surveyor King 5urvevors Chainman $53.811 7A 3C 8P King Jurve Lors Construction Site Surveyor $55.24 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $36.96 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $20.49 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $35.40 SA 2B Outside King (Telephone Line Construction - Special Aparatus Installer 1 $36.96 5A 2B 4Outside King :Telephone Line Construction - Special Apparatus Installerll $36.19 5A 2B Outside I King Telephone Line Construction - Telephone Equipment $36.96 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $34.34 5A 2B Outside Operator (Light) King ,Telephone Line Construction - Telephone Lineperson $34.34 5A 2B Outside King (Telephone Line Construction - Television Groundperson $19.45 5A 2B Outside httiDs://fortress.wa.qov/Ini/wacielookui)/i)rvWagelookuD.asDx 5/20/2015 Page 17 of 17 King Teleniione Line Construction - Television $25.89 5A 2B Outside Li neperson/Installer King Telephone Line Construction - Television System Technician $30.97 5A 2B Outside King Telephone Line Construction - Television Technician $27.77 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.34 5A 2B Outside King Terrazzo Workers Journey Level $46.96 5A 1M King Tile Setters Journey Level $21.65 1 King Tile Marble Et Terrazzo Finisher $37.79 5A 1B Finishers King Traffic Control Stripers Journey Level $43.11 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $49.85 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $49.01 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck 8 Trailer $4 ..85 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $49.01 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $49.85 5D 3A 8L Council 28) _ King Truck Drivers Transit Mixer $43.231 King Well Drillers 8 Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers 8 Irrigation Pump Oiler $12.97 1 Installers King Well. Drillers & Irrigation Pump Well Driller $18.00 1 Installers Benefit Code Key—Effective 34-2015 thru 9-1-2015 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 AT ONE AND ONE-HALF TIMES THE.HOURL Y 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 homily 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 Stmdays and holidays shall.be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day, - shall be paid at double 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) horns worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the homily 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 on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. 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 3-4-2015 thru 9-1-2015 1. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays,holidays and after twelve (12)hours,Monday through Friday and after ten (10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular homy Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid atone and one-half times the hourly rate of wage. All hours worked in excess often (10) hours per day Mon&ay 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. li 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 hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the j employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) horns on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday,the day before Saturday, Friday, and the day after Sunday,Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pun (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 hours during that workweek.) All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. j 2 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 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-HALE TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sundav shall be paid at two times the hourly rate of wage. All hoes worked on holidays shall be paid at one and one-half times the hourly rate of wage. 0. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half tunes 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 atone 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'thtu Thursday Or Tuesday thm Friday schedule,all hoes worked after ten shall be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage.All other hours worked on the fifth,sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when fear 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 mid all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an 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 f i i Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 3. C. 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 one and one-half times the hourly rate of wage. All work performed after 6:00 pin 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)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. 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 15%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 hours worked Sundays and holidays shall be paid at double the howdy 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. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two(2)times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday.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. 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-HALT TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays,Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4) hours of overtime after eight(8)hours of straight time work shall beI�, paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)tunes the straight time rate of pay. On Saturday,the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 4. D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXC1sPT1ON: On all multipole structures and steel transmission lines,switching stations,regulating,capacitor stations,generating plants,industrial plants,associated installations and substations,except those substations whose primary function is to food a distribution system,will be paid overtime under the following rates: The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday,shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2) times the hourly rate of wage.The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2) times the hourly rate of wage. All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized,shall be paid at the double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All other hours worked Monday though 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 thin Thursday or Tuesday thtu Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-day,ten hour work week,and Saturday shall be paid at one and one half(1'h)times the regular shill rate for the first eight(8)hours.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. 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 20%over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the - hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. - Holidav 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(S). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day,Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas(6). 1. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). I. Holidays: New Year's Day, Memorial Day, independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Fve Day,And Christmas Day(7). 5 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 5. 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 Icing Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(8), j N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Chi stmas Day(9), P. Iolidays: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 r (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). Holiday 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 Jolidays:New Year's Day,Martin Luther Icing Jr.Day,Presidents'Day,Memorial Day,Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,The Friday After Thanksgiving Day, Christmas Day,And Christmas Eve Day(11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday(10). I. Paid Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). 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). 6 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 6. 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. Holidav Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day; independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day.the Last Working Day before Christmas Day and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 1. Holidays:New Year's Day,President's Day,independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day; Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 i 7. K. Holidays: New Year's Day, Memorial Day, independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving 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. L. IIolidays: 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 aller Thanksgiving Day, Christmas Day,And the Day after or before Christmas Day 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. IIolidays: 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. T. 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 falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes 8. A. In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more: Over 50'To 100'-$2.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet - Over 150'To 220'-$4.00 per Foot for Each Foot Over 150 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet 8 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 8. G. In addition to the hourly wage mid fringe benefits,the following depth premiums apply to depths of fifty feet or more: Over 50' To t 00' -S 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: S0.50,And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A&13: $1.00,Levels C&D: S0.50. 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: S0.25. P. Workers on hazmat projects receive additional hourly prenu nis as follows-Class A Suit: $2.00,Class B Suit: $1.50,Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the shift shall be used in determining the scale paid. 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 a 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. 9 KE4 T 'Nns eincrou '. Agenda Item: Bid Calendar - 9C TO: City Council DATE: June 16, 2015 SUBJECT: SR 516 to S. 2315t Way Levee Russell Road Upper Levee - South Reach - Award MOTION: Move to award the SR 516 to S. 231st Way Levee Russell Road Upper Levee - South Reach project to SCI Infrastructure in the amount of $1,994,502.86 and authorize the Mayor to sign all necessary documents. Award is subject to acquisition of necessary property rights at Regatta at the Lakes, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The SR 516 to S. 231't Way Levee Russell Road Upper Levee - South Reach consists of construction of a secondary earthen levee along the Green River landward of the existing levee north of the James Street/Russell Road Intersection in Kent. The project will take place along a portion of the Green River Trail adjacent to the Lakes Community multi-family development. The new levee is approximately 1,600 linear feet of specific levee fill material with a crushed rock surface on top and topsoil and grass on the side slopes. The project also includes construction of a new drainage system, and a joint utility trench to relocate overhead power and communication lines underground. The work is part of the city of Kent and King County Flood Control District's efforts to improve levees to standards that exceed FEMA accreditation criteria. EXHIBITS: Memo Dated June 10, 2015 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: Costs associated with this project will be paid through the King County Flood Control District. REQUEST FOR MAYOR'S SIGNATURE "T Print on Cherry-Colored Paper ICE'Rd Routing information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LA l D ART t A'ppr �flWDirector_ Ori inator:Toballock Prone (Originator):5 6 Date Sent;Vol-) , Date Re wired: Return Signed Document to: NancyYoehnake Contract Termination Date:80 working days VENDOR NAME: Date Finance Notified: SCl Infrastructure, LLC (only required on contracts 6/16/15 10000 and over or on any Grant DATE OF COUNCIL APPROVAL: Date Risk Manager Notified:N/A 6/2/15 (Required on Non-City Standard Contracts/Agreements) Has this Document been SpecificalI Account Number: 09-3006.2 Authorized in the Bud et? • YES NO Brief Explanation of Document: The attached construction agreement with SCI Infrastructure, LLC consists of construction of a secondary earthen levee north of James Street/Russell Road. The new levee is approximately 1,600 linear feet of specific levee fill material with a crushed rock surface on top and topsoil and grass on the side slopes. The project also includes construction of a new drainage system, modification of an existing manhole, a joint utility trench to relocate overhead power and communication lines underground, a concrete staircase, gravity wall and removal of trees and alterations to a City owned parking facility. For additional information, see the attached Council motion sheet. All Contracts Must Be Routed Through The Law Department (This area to be completed by the Law Department) Received: a ( s s ? Approval of Law Dept.. Law Dept. Comments: ty,q l,: a2.: Date Forwarded to Mayor' $ ,roe I Shaded Areas To Be Completed By Administration Staff Received: Recommendations and Comments: l/// Disposition. , �. �� j Lz .• • p n Date Returned: 4ntPmwsslrigYtequesl by 41.. 8gwwre o